Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Midwest Engineering/4-09
CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920)236-5065 FAX(920)236-5068 LETTER OF TRANSMITTAL To: Mr. Matthew Henderson Date: May 9, 2014 Midwest Engineering Services, Inc. Subject: Executed Agreement for 1125 West Tuckaway Lane, Suite B Geotechnical Engineering Services Menasha, WI 54952 City of Oshkosh Aviation Business Park Contract 14-09 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos • ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Agreement These are being transmitted as indicated below: ® For Approval ❑ For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is one copy of the executed agreement for geotechnical engineering services for the City of Oshkosh Aviation Business Park. 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 Darlene Brandt- Copy cc: File—Original Signed: AAhoL.■ /Alk. PAIlt Trace ay or I:\Engineering\2014 CONTRACTS\14-09 Aviation Bus Prk\Geotechnical114-09 MES LOT-Executed Agreemnt_5-9-14.docx AGREEMENT THIS AGREEMENT, made on the 1T� day of 4-4A , 2014, 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 for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES FOR CITY OF OSHKOSH AVIATION BUSINESS PARK. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Matthew A. Henderson, 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: Allan Davis—Community Development Director ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. 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. This PROJECT (design and construction) will be funded in part by the U. S. Department of Commerce — Economic Development Administration (EDA). All elements of the design and construction of this project shall meet EDA requirements, including, but not limited to, design requirements, bidding process, reporting, construction, grant administration, and documentation throughout the PROJECT. I\Engineering\2014 CONTRACTS\14-09 Aviation Bus PrBProject_Information\Contract Info\Consultant Engneering Page 1 of 5 Services\14-09 MES Agreemnt-Sub Inv_4-21-14.docx ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. 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 VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. I:\Engineenng\2014 CONTRACTS\14-09 Aviation Bus PrMProject_Information\Contract Info\Consultant Engneenng Page 2 of 5 Services\14-09 MES A reemnt-Sub Inv_4-21-14.docu ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. 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 XI. 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's Request for Proposal dated April 1, 2014 and attached hereto 3. CONSULTANT's Proposal dated April 15, 2014 and attached hereto 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 XII. 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: • Unit Price Not to Exceed $9,480 (Nine Thousand Four Hundred Eighty Dollars). • 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 thirty (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. I:\Engineenng\2014 CONTRACTS\14-09 Aviation Bus PrMProject_hformation\Contract Into\Consultant Engneenng Page 3 of 5 Services\14-09 MES Agreemnt-Sub Inv_4-21-14.docx 9 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 XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her 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 for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. 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 ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. I.\Engineering\2014 CONTRACTS\14-09 Aviation Bus Prk\Project_Information\Contract Info\Consultant Engneenng Page 4 of 5 Services\14-09 MES Agreemnt-Sub Inv_4-21-14.docx 9 ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: ,f, ____ �p (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: a- -- L L (Witness) Rohlo , City Man.'er And: N ' A I 1 • A l (Witness) Pamela R. Ubrig, City Clerk - / APPROVED: (hereby certify that the necessary provisions 1 have been made to pay the liability which `► will accrue under this AGREEMENT. ty Attorneys- City Comptroller I\Engineenng\2014 CONTRACTS\14-09 Aviation Bus PrMProject_Information\Contract Info\Consultant Engineering Page 5 of 5 Services\14-09 MES A reemnt-Sub Inv_4-21-14.docx Taylor, Tracy L From: Sargent, Joseph R Sent: Thursday, April 17, 2014 2:06 PM To: Taylor, Tracy L Subject: FW: Request for Proposal: Subsurface Exploration and Geotechnical Engineering Sevices- Aviation Business Park Attachments: Geotechnical RFP.pdf From: Sargent, Joseph R Sent: Tuesday, April 01, 2014 3:24 PM Cc: Brandt, Darlene P.; Rabe, James E.; Gabrilska, Dan; Yentz, Matthew Subject: Request for Proposal: Subsurface Exploration and Geotechnical Engineering Sevices -Aviation Business Park Dear Perspective Bidder: The City of Oshkosh is hereby requesting proposals be submitted for Subsurface Exploration and Geotechnical Engineering services related to the City's Aviation Business Park project. The purpose of this exploration program is to identify the soil and groundwater conditions within the depths of the project excavations. The information resulting from these Geotechnical Services is intended to be used by the Project Design Engineer as a basis for engineering work in connection with the proposed project. The proposal shall include at a minimum: a project summary, related experience, planned project team and resumes, engineering fee schedule, and a breakdown of costs as requested in the attached 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. All proposals, sealed and marked "Geotechnical Engineering Services—Aviation Business Park" must be received by the City of Oshkosh, City Clerk's Office, 215 Church Avenue, PO Box 1130, Oshkosh,WI 54901 by 3:00 p.m. on April 15, 2014. Any proposal received after this time will not be considered. Attached to this email are the Scope of Services, Preliminary Soil Boring Location Exhibit, Quantities Estimate, City of Oshkosh Insurance Requirements, and Sample Contract.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. Respectfully, Joe Joseph R. Sargent, P.E., LEED®AP Civil Engineer Senior City of Oshkosh 215 Church Avenue Oshkosh, WI 54903-1130 Main Office: (920) 236-5065 Cell: (920)410-3569 Fax: (920)236-5068 Email: jsargent(a�ci.oshkosh.wi.us 1 REQUEST FOR PROPOSALS SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES CITY OF OSHKOSH AVIATION BUSINESS PARK 1. General The City of Oshkosh is requesting proposals for providing geotechnical investigation for the proposed Aviation Business Park project. The information resulting from these Geotechnical Services is intended to be used by the Project Design Engineer as a basis for engineering work in connection with the project described below. The Scope of Work included herein represents the City's best estimate of the services required by the Geotechnical Engineer for the intended project. Project design commenced as of March 27, 2014. The City has contracted with Strand Associates for the project design. Exact number and location of borings to be determined at 30% design. Geotechnical work will not be allowed to commence until Strand has reviewed the scope of work. It shall be mutually understood that unless specifically stated otherwise, it will be the sole responsibility of the Geotechnical Engineer to provide such additional borings, other exploration or material testing as may be required in his opinion to provide the data needed to allow the proper design decisions by the Engineer. If the Geotechnical Engineer determines that additional services, other than those listed in the proposal are required, it shall be the Geotechnical Engineer's responsibility to notify the City and Engineer to receive the proper authorization prior to proceeding with the additional services. All work shall be performed by qualified personnel under the supervision of a Registered Professional Engineer and the report(s) submitted shall bear a certification and seal. The Geotechnical Engineer shall identify the ASTM or other recognized standard test methods and classification used in preparing the report. It is the responsibility of the Proposer to carefully read the entire Request for Proposals (RFP) which contains all provisions applicable to successful completion and submission of a proposal. All proposals, sealed and marked "Geotechnical Engineering Services - Aviation Business Park", must be received by the City of Oshkosh, City Clerk's Office, 215 Church Avenue, PO Box 1130, Oshkosh, WI 54901 by 3:00 p.m. on April 15, 2014. Any proposal received after this time will not be considered. It is neither the City's responsibility nor practice to acknowledge receipt of any proposal. Proposals may be withdrawn by notice to the party receiving proposals at the place designated for the receipt of proposals any time prior to the submittal deadline. Such notice shall be in writing over signature of the proposer, or by e-mail. If by e-mail, written confirmation over the signature of the proposer shall be mailed and postmarked on or before the date and time set for receipt of proposals, and it shall be so worded as not to reveal the amount listed in the original proposal. The City will not be liable for any costs incurred by the proposer in responding to this RFP or participating in the RFP process. Such costs are the sole responsibility of the proposer. Page 1 of 7 The City of Oshkosh reserves the right to reject any or all proposals, to waive any informalities in the process, or to accept any proposal deemed in the best interests of the City of Oshkosh. The City is a governmental entity which is subject to the Wisconsin Open Records laws. Therefore, all proposals and other materials submitted to the City may be considered a public record accessible to anyone who may request such information. If you believe that any information or document that you may submit to the City is not, or should not be, a public record, then you must contact the City before it comes into the possession of the City. The City will be glad to answer questions about the applicability of open record laws and to come to some type of resolution, if possible, regarding particular circumstances. Any ongoing discussions regarding open records will not extend the deadline for submitting proposals. 2. Property Description The City of Oshkosh and Winnebago County have ownership title to this property. The City of Oshkosh is coordinating the design efforts for the project. Right of entry for this subsurface investigation is to be coordinated with the City. The project is located west of Oregon Street and south of W. Ripple Avenue. See the attached Soil Boring Location Exhibit. 3. Project Information This project (design and construction) will be funded in part by the U.S. Department of Commerce - Economic Development Administration (EDA). All elements of the design and construction of this project shall meet EDA requirements, including, but not limited to design requirements,bidding process, reporting, construction, grant administration and documentation throughout the project. A copy of the EDA Grant Award Letter identifying the budget line items for this project is attached as Exhibit A. The project consists of the design and construction of municipal facilities to develop an industrial park. Specifically, it includes approximately 2,700 feet of sanitary sewer, 4,400 feet of storm sewer, and 2,900 feet of water main along with construction of storm water management retention basin(s) and approximately 2,500 feet of streets. There will also be a multi-use trail and/or sidewalk constructed parallel to the street, street lighting and street signs along with landscaping berms along the non-airport properties to provide a buffer between the existing development and the new park. A concept plan of the proposed Aviation Business Park is attached as the Soil Borings Location Exhibit. Page 2 of 7 4. Scope of Services The geotechnical investigation is being done to meet the requirements of the following Wisconsin Department of Natural Resources (WDNR) Technical Standards: • Wet Detention Pond(1001) • Site Evaluation for Stormwater Infiltration (1002) Additionally, this geotechnical work is being done to aid in the project design. In particular, those listed below, but not limited to: • Soil parameters for the pavement design report. • Soil Infiltration Rate/Hydraulic Conductivity. • Infiltration Requirement — provide statement if infiltration is required based on applicable regulatory agency standards. • Provide information on the soil texture, color, structure, moisture and groundwater indicators, bedrock type and conditions, and indentify all by elevations. Characterize soils using both USDA and USCS classifications systems. • Maximum allowable soil bearing pressure. • Anticipation and management of groundwater. • Soil material and compaction requirements for support of pavements. • Comments on the stability of slopes, specifically at detention basins. • Potential trench stability concerns. 5. Bench Mark The City shall provide the benchmark elevations for the project. 6. Boring Location,Depths and Methods The minimum number and approximate locations of borings required are shown on the attached Soil Boring Location Exhibit. If it is found necessary to change the location or depth of any of these specified borings, the City and Engineer shall be notified and a new location or depth shall be agreed upon. If unusual conditions, including unanticipated rock, are encountered the Geotechnical Engineer shall immediately consult with the City and Engineer. The location of all underground utilities is the responsibility of the Geotechnical Engineer. The Geotechnical Engineer shall advise the City and Engineer as to any further exploration and testing required to obtain information requisite to the Geotechnical Engineer's interpretation of subsoil conditions at the site and shall perform such additional work as the City authorizes. The extent of exploration undertaken shall be consistent with the scope of the project indicated by the information given above and any drawings attached hereto. Page 3 of 7 The City and/or Engineer will mark the approximate boring locations. It shall be the Geotechnical Engineer's responsibility to determine the final location. Unless stated elsewhere, the Geotechnical Engineer shall provide all equipment necessary to move his drill rig, water truck and associated vehicles in and out of all drilling positions. The project information is provided to aid the Geotechnical Engineer in proposal preparation. No warranty as to the accuracy of this information is expressed or implied. If deemed necessary, the Geotechnical Engineer shall visit the project site to make an assessment of actual site conditions. 7. Schedule A draft report and boring logs shall be submitted within four weeks of the execution of the contract. The final report shall be submitted upon completion of the abandonment of the monitoring wells. 8. Cost The cost basis of the geotechnical services (including the furnishing of all materials, apparatus, labor and required insurance), for soil borings and other exploration procedures, sampling, field and laboratory testing, and preparing and submitting boring logs and reports shall be based upon: • On a unit cost or lump sum basis as indicated in Attachment A, charges for items not included on Attachment A shall be as per the Geotechnical Engineer's current rate schedule. 9.Billing for the Investigation Invoices shall be sent to the City. Initial billing can be submitted upon receipt of draft report/boring logs. Final billing can be submitted upon submission of the final report. 10. Insurance and Contract Insurance shall conform to the City of Oshkosh requirements as shown in Attachment B. This contract will utilize 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 can be found in Attachment C. The consultant's standard or general services agreement language will NOT apply. 11. Protection of Property The Geotechnical Engineer shall take precautions to prevent damage to property and any underground lines and shall restore the site to the condition existing prior to entry, including backfilling of borings and patching of slabs and pavements. The City or Engineer shall not be liable for the cost of repair or replacement of any drilling or sampling equipment damaged or lost due to difficult or adverse subsurface conditions. Page 4 of 7 12. Soil Sampling Detailed Site Investigation Soil Exploration: Unless otherwise stipulated, drilling and sampling will be performed in accordance with ASTM Methods D1586 and D1587. Samples of soil shall be taken at the ground surface, at 2 feet below existing grade and at each change in soil stratification or soil consistency,but not further apart than five feet in each of the borings unless otherwise specified on boring drawing(s). Where clayey cohesive soils are encountered, thin-walled tube samples shall be taken of representative strata. Split- spoon samples shall be placed in sealed glass jars labeled with the following information: 1)Boring number 2) Sample number 3) Sample depth 4)Blows per foot required to drive sample 5)Date 6)Project name 7) Soil Engineer's name. Thin walled tube samples shall be marked with the following information: 1) Boring Number 2) Sample Number 3) Sample Depth 4)Project Name 5)Date. The type of sampling device employed and the length of sample recovered shall be included in the log of each boring. Measured Infiltration Rate shall comply with ASTM D3385 if a Double-Ring Infiltrometer is used. To determine if infiltration is required under NR 151, a scientifically credible field test method is required unless soils types allow otherwise. Additional Sampling Required If rock is encountered, rock coring shall not proceed without the City's permission. After all laboratory tests have been completed and when requested to do so, samples shall be shipped to the Engineer's office or other location as directed. 13. Field and Laboratory Reports All data required to be recorded by the ASTM or other standard test methods employed shall be obtained, recorded in the field and referenced to boring numbers; soil shall be classified in the field logs in accordance with ASTM D2488, but the classification for final logs shall be based on the field information, plus results of tests,plus further inspection of samples in the laboratory by the Geotechnical Engineer preparing the report. A chart illustrating the soil classification criteria and the terminology and symbols used on the boring logs shall be included with the report. Page 5 of 7 The soil classification system employed shall be: • Unified Soil Classification • ASTM D2487 • USDA Vertical sections for each boring shall be plotted and graphically presented showing number of borings, date of start and finish, surface elevations, description of soil and thickness of each layer, depth of loss or grain of drilling fluid, and where applicable, depth to wet cave-in, depth to artesian head, groundwater elevation and time when water reading was made and presence of gases. Location of strata containing organic materials, wet materials or other inconsistencies that might affect engineering conclusions shall be noted. Also any unusual drilling conditions shall be noted in the logs. Depth to rock, if present, shall also be well documented. Report all laboratory determinations of soil properties. If rock or auger refusal is encountered at a boring location, the Report shall provide the Geotechnical Engineer's best estimate as to the rock depth. The Geotechnical Engineer shall deliver three(3) copies of the draft report and final report to the City and one(1) copy to the Engineer. A pdf file of the submittals shall also be supplied to the City and Engineer. The City or the Engineer may make additional copies and utilize said copies as they see fit. 14. Water Level Observations Record the static level after completion of drilling and sampling. Install one monitoring well in proposed pond. The depth of water shall then be measured once per month for three consecutive months, at approximately the middle of the month. 15. Backfilling Drill Holes Backfill drill holes with drill cutting and compact adequately to prevent settlement. Remove all cuttings and spoils. Backfill drill holes and monitoring wells to meet the local, state and federal regulations. 16. Stormwater Management Site Investigation The geotechnical work and report completed for this project shall provide the required information for the WDNR Technical Standards as identified previously. Based on the site investigation the report shall document the depth to groundwater(including the seasonably high groundwater level,if applicable), depth to bedrock(if encountered within the boring depths noted on Attachment A), and percent fines. The dates of when samples are collected shall be documented. Page 6 of 7 • Soil profile descriptions must be written in accordance with the descriptive procedures, terminology and interpretations found in the Field Book for Describing and Sampling Soils, USDA, NRCS, 1998. Soil profiles shall include the following information for each soil horizon or layer: • Thickness, in inches or decimal feet. • Munsell soil color notation. • Soil mottle or redoximorphic feature color, abundance, size and contrast. • USDA soil textural class with rock fragment modifiers. • Soil structure, grade size and shape. • Soil consistence,root abundance and size. • Soil boundary. • Occurrence of saturated soil, groundwater,bedrock or disturbed soil. Provide information on the soil texture, color, structure, moisture and groundwater indicators,bedrock type and conditions, and identify all by elevations. Characterize soils using both USDA and USCS classifications systems in accordance with DNR Technical Standard 1001. 17. Attachments • Preliminary Soil Boring Location Exhibit • Attachment A—Quantities Estimate • Attachment B—City of Oshkosh Insurance Requirements • Attachment C—Sample Contract Page 7 of 7 .. :• Q rxrR t r rl It to r r l 1,,..•I ,r OtINOL T1 DEN.114ES.WC "• 1Fo tIXLR:• t 'I 4„'..ma/raw,/ 1 o�pU' - a..j] ^' . _ y_w; t 1VlR.•i 'CODNTT IlIJrTl _ 1 :`4-a r - . , '�I 'v.k.. A..../ ,' '• R.-- + _-W�RIFf�A.L.•ri — 8_8,88 3�a_.P. ..._.,_K.a�..? -s'._':?i-'„?=v .. .. .. .. .. .. 8888. _ ........ ... .. _ ,1.. 8::8:8: .— ..• _..-. .-:r. 8888.. 8888. -.:• '��! .. '�?...ly�.:... ...8� ,i¢��' i:. t .{:,: 8888,8888.�:'�':� �/ '���� r.v,� � �`(Y•n MH/11 ., , ; AAA I .•Rwe790.20 , .' .• I I 1 j o-Reiss ! ! t g a LOT 1''111fr✓r/r///��1�\t\\ •M1• 1 ! .I I M I_. $.161 29 ACREH Elf( ))111t `EAST llEVE11PIEa M&1 •e.a ACRES•WEST DEV.ELIpMERT AREA •A6 0 ACRES 1 I 'lR.R/f I1111N IIIlll I TPB1PI I•DVETRTDRtHsN"r:a 77 •2 Ka s ' .mrNSR lil r' ..;.' 8.88 8... •s: wI -II'1. r'il�• ' .:� � ::•'::' - - �_ �SV st,R.na 1J'U':8888::.�.:•"..• - 1.9 ACRES t`:... $� r. �g79AR tt i1• �'-O j1.� DS l`.:' .....r• /,4.9Ar�lES' ,qp 1 c. .^ ems 1111111' - Illllll'�: '� V'.;j�� ,� :. VI COUNTY a( I l Ii t' : ,, ;. - - YN%f-=.- � 1111(11 irFllll1• r '. , I I xv-road LoT. ,' D OSED ST°s�T'•�I I ,i - ,I V�'•:..■: ,i 1- ;. ^,. D-:12.641 3.1 q�r7{t . . EAST WETLAND AREA •L S ACRES• I ..•A .TIIll I1 1111118 WEST WWETLAN AREA •7.A ACRES•1 ; 'I '•} '•'I •I , - I- 3i 1111111 1111ft 4 TOTAL WETLAND AREA•a 9 ACRES• , • \ I 1111111. I11111I1 ;. 1S sCnrACE. ... ,:'.. asEw;toi:.:� ;,•SEIeADtll . .3, �': .. Jer AbA' U 1i,--17 11IU u1IAiR: ••,I ..l-; _ s..-:- 'II4•. _ :.-`.,-1u 12 I ` L 27 S<,e.ullUlli-',JJtlkli�. 'czDRCS'r.e • U '•RIN•795.tl •II 11f:llll IIItIII -urxtaaN•I d ".� i'»' - . D.13.01 r.i•,� T' •I1I I I• I1 1 B• V78'V• h * ' tar 3: ��l. , SN - ,{r `4t hBtiy" Y 20 ACRES I II<. �[p�'s.11 l� ' �y' S, -R �..,-4,S9 t 4 '. ./\\ ... .A.R NIX WAIFA 1� e•` « 'l m'SEI6ACN J NIX N L 1 ,` `- ;.t, I- .•- - an- .c..11le t1 ;11Ftfl1° , ; ay p NH0 >, 1INI11 1111111 (; RIw797.50 '.� : 11 111 . IIIIIIII . • ••.• INV.'7,D.Z •- 0-56:53 � '�i LOT 4 l 1 R 11 111111 I r RNi st Aats It TIIII Illfll m+ ,. y,� s°h'J e, I 'S: I(�11t' :Ilalfl J 1 J{ •`5 SCAN-iEET' r.r •9, Rssd/717.. N POR `II�\x//11 f. x " •%•t t.� . `S. , 1, I ru1•aRS st'Rasr /// X...•;. r `u -__—�-_'77-1 —'—• Air " .. — — 2 .•,4''i.:J_ - { "`1 '1 Yana +' Y4/4 SAN ODR a'•° .• - 1�F, 4 J'(h•TJ,ty% ,.:. ]R SEIBAIX" '.W •" 1w ...•L _ - '441. '3 ' 4 —' b "• 1 --' j:•A,. t y v7 W 8 .f. - \: 34ACES .• `. ' . \ '� _ MH/5 1 _l M 47BACA _ _ _ . . A INV•7,2J7 _ — OWNER: -. o-. \ `-.+ D-1,863 ' - ^'`. .2G 1E7-6,— — •-21_ ••• GEORGE T.r , M anew r ` y '.,,K-++a+-r••w dATAfSEN \' HREXNIA'D REP 6E 't a.:',,-:,..C.+--:..4Y:e D1,1 -r — —.• ,, LOTS!_._.--._:._.,,1 A : �i 8888 '�7' .`.�a:..-:.....,::888 � �D-77,3.8 .. ��l{!/..:� .f�:.'-..O N�e8.93 �s ••..^i" � ?.SIR ':8888. ?.n r. `Lai 17 ~ •8x..4 �:::\ ... ^.•:;V,1``.• i I �rr O •x°C � is ..', �. ( ^,Dt.DD• I -r. r . _ f '•' ' a ,'A•'. sigi re..A., 'A..... -♦� '-,l . G.1°I MR"i Fw8;-,i � ., . �o. n ^��, " # :°� seyc A Iasi!* ,f�A g St 1 r �.v !"▪ 'a oAss• •*�sr< - ✓'•4f. -- :� \ =\.1t -1 @`. • LOT, R.. WDVNBR: t tar 1n' I/ L t' # tnuruE• o • {{ � z/ACRES ;�. • 5 i 4 ',•' / 13.;1 ACR70i \\ : .".//'9S'`��� °/qL %`mW0 01 u,, BRiN - -�••f t r v 3;-■ f \ rnb01 t�o,+, -m QnAa .3 . l'✓• O/A!ZR,'..s a°I t �„: at $alp-- �e 'asBRA.NN / h �'4 JA[ADZINW• -1 -t-"• hi- � ,LOT 9 h - r 6 ... .. .. tii•4 i:'{�t Y n I _ `� y\ \ ..}\ \_ i' '1. rl4 .a .3.1 ACRES I'' ✓1 y r• RS- 14 .-n` ..U.cis';$°.a ' i31� 'L.�'' - `s, ••T`f��r - a' 't ,q-. - ..l is.T "�.,'yJ°ibi i virr '''3 e A"'• '.�{a lt''r, s' •s ,'?,e f ;t.+s� ♦� , ; ` -r�.-RO,:r 25'x• - a "�^ o►rza � r�•.�: tS �. '''6..--. e�r. -_' s.wv.7ee.a z � 4 '��. Y � L'D[!M eYta,�` .�- 9 •�S - f�I rI P?�7 � •K.'T,fie ytr y� F L ". ;t SOII Boring Location Exhlblt _ aa i1 t°tit�a+ A10' ;�3� f ' AVIATION INDUSTRIAL PARK 4 Y• ...o: : " McMAHON -,s 7.^ -. CONCEPTUAL LAYOUT - SANITARY SEWER & WATERMAIN ""�" ®. ; i - CITY OF OSHKOSH, WINNEBAGO COUNTY, WISCONSIN ..,:r..... '"`;�I',,,p1O,,,�'m In;;;;;°" ) le t '. _f Form ED-508 Attachment No. 1 (Rev 4-94) U.S.DEPARTMENT OF COMMERCE Economic Development Administration PUBLIC WORKS PROJECT COST CLASSIFICATIONS/ ECONOMIC ADJUSTMENT ASSISTANCE CONSTRUCTION COMPONENTS EDA Award No.: 06-01-05830 State:WI County: Winnebago COST CLASSIFICATION PROPOSED APPROVED Administration and legal expenses $15,000 $15,000 Land,structures,rights-of-ways,appraisals,etc. . Relocation expenses and payments 1,000 1,000 Architectural and engineering fees 280,400 280,400 Other architectural and engineering fees 55,500 • 55,500 41 Project inspection fees 225,000 227,000 Site Work Demolition and removal Construction 3,846,100 3,846,100 Equipment • . Miscellaneous . Contingencies 221,100 219,100 TOTAL PROJECT COSTS $4,644,100 $4,644,100 REMARKS: . Project Inspection Fee: Added a fair and reasonable cost for audit expense. . • • • QUANTITIES ESTIMATE Estimated Item Unit Quantity Unit Cost Total Cost Lump 1. Mobilization Sum 1 Lump 2. Project Coordination and Final Report Sum 1 3.Auger or Wash Boring 0'-30'with Sampling(min. 14 borings) VF 255 4. Rock Coring VF 50 Lump 4. Preparation of Draft Report Sum 1 Lump 5. Monitoring Well Reading/Abandonment Sum 1 TOTAL COST 1. All quantities are estimated. The City reserves the right to add or delete 50% of the quantities from the project without affecting the unit price. Rock coring pricing to remain valid no matter the quantity. Any items may be deleted as directed by the City. 2. All drilling costs to include the cost of using casing and/or drilling mud as required to stabilize the drill hole as well as the hole abandonment. 3. Mobilization: The Geotechnical Engineer shall provide all equipment necessary to move his drill rig, water truck and associated vehicles in and out of all drilling positions. 4. Cost for"False Starts"due to the presence of near surface obstructions (within 2' of surface) shall not be a pay item). 5. Provide Rate Schedule. 12/21/11 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primary coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this project/location 3. BUSINESS AUTOMOBILE COVERAGE 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. III - 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. Ill - 2 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Insurance Agency contact NAME:_ Insurance Agent's information,including street PHONE Insurance ice Agent's rAX address and PO Box If (A/C.No.Ext): {AIC.No): applicable. E-MAIL ADDRESS: INSURER(S)-AFFORDING COVERAGE NAIC 0 INSURER A: ABC Insurance Company _NAIC#__ INSURED Insured's contact information, INSURER B: XYZ Insurance Company NAIC# Including name,address and phone number. INSURER C: LMN Insurance Company J_NAIC_ # INSURER D: Insurer(s)must have a minimum A.M.Best rating of A and a Financial Performance Rating of VI or better. • INSURER E: I INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AMY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR I POLICY EFF i POLICY EXP LTR I TYPE OF INSURANCE INSR I WVD I POLICY NUMBER (MM/DDIYYY) ` (MMIDD/YYY) I LIMITS GENERAL LIABILITY :EACH OCCURRENCE I $1,000,000 'Policy effective and expiration date. i DAMAGE TO RENTED ®i COMMERCIAL GENERAL LIABILITY ® ❑ 'General Liability Policy Number I Y p :PREMISES(Ea occurrence) I $50,000 MED EXP(Any one person) $5,000• A I❑CLAIMS-MADE El OCCUR - -- ®i ISO FORM CG 20 37 OR EQUIVALENT I PERSONAL&ADV INJURY i $1,000,000 ❑ GENERAL AGGREGATE $2,000,000 , _ OWL AGGREGATE LIMIT.APPLIESPER: i PRODUCTS-COMP/OPAGG $2,000,000 — POLICY PRO- ❑ I $ OLICY ®JECT❑LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1(Eaaccident) $1,000,000 ®i ANY AUTO ® ❑ I Auto Liability Policy Number I 'Policy effective and expiration date. !BODILY INJURY(Per person) I $ B T ALL OWNED I SCHEDULED I i ❑AUTOS _❑_ AUTOS , BODILY INJURY(Per accident) I $ I NON-OWNED `PROPERTY DAMAGE I ❑i HIRED AUTOS i❑. AUTOS i(Per accident) $ ❑' I❑ i 1 $ I _UMBRELLALIAB OCCUR 'EACH OCCURRENCE $2,000,000 ® ® ® ❑ A ❑EXCESS LIAB ❑ CLAIMS-MADE !Umbrella Liability Policy Number I;'Policy effective and expiration date. ':AGGREGATE $2,000,000 ID DED RETENTION$$10,000 $ WORKERS COMPENSATION i WC STATU- 0TH- C AND EMPLOYERS'LIABILITY ❑ ❑ 01 WC LIMITS i❑i ER i ANY PROPRIETOR/PARTNER/EXECUTIVE • OFFICE/MEMBER EXCLUDED? YIN Workers Compensation Policy ;'Policy elective and expiration date.' E.L.EACH ACCIDENT $100,000 (Mandatory in NH) N I Number €E.L.DISEASE-EA EMPLOYEE $100,000 If yes,describe under DESCRIPTION OF OPERATIONS below i 1 i E.L.DISEASE-POLICY LIMIT I $500,000 A PROFESSIONAL LIABILITY ® { ❑ l i '$1,000,000 EACH CLAIM ` Professional Liability Policy 'Policy effective and expiration date.' 1$1,000,000 ANN UAL AGGREGATE Number DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Additional Insureds on the Commercial General Liability and Automobile Liability arising out of project work shall be City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk-City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard III SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI 54903-1130 Please indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AGREEMENT THIS AGREEMENT, made on the day of , 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME, address , 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 for SERVICES DESCRIPTION ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name—Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name—Title ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal or CONSULTANT'S Proposal or CONSULTANT'S Scope of Work. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT'S cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. 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. 1:1Engineering\2014 CONTRACTS\14-09 Aviation Bus Prk\Geotechnical\Attachment C — Sample Contract.Cho c X Page 1 of 6 ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT'S services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. 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 VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. I:\Engineering12014 CONTRACTS114-09 Aviation Bus Prk\Geotechnical\Attachment C — Sample Contract.do c x Page 2 of 6 If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT'S services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. 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. I:\Engineering12014 CONTRACTS\14-09 Aviation Bus Prk\Geotechnical\Attachment C — Sample Contract.do cx Page 3 of 6 ARTICLE XI. 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's Request for Proposal dated and attached hereto 3. CONSULTANT's Proposal or Scope of Services dated and attached hereto 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 XII. 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 $ ( Dollars). • 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 thirty (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 XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her 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 I:\Engineering\2014 CONTRACTS\14-09 Aviation Bus Prk\Geotechnical\Attachment C — Sample Contract.do c X Page 4 of 6 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 for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. 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 ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. I:\Engineering\2014 CONTRACTS\14-09 Aviation Bus Prk\GeotechnicanAttachment C — Sample ,Contract.do c X Page 5 of 6 ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT'S contract price and schedule shall be equitably adjusted. ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohioff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller I:\Engineering\2014CONTRACTS\14-09 Aviation Bus Prk\Geotechnical\AttachmentC — Sample Contract.do cx Page 6 of 6 midwest engineering services, inc. f' geotechnioat O environmental 0 materials engineers I , 1125 W.Tuckaway Lane.Suite B I i . Menasha,WI 54952 920.735.1200 FAX 920-735-1840 www.midwestenO.com April 15, 2014 r_.i Yt � _.., l�ti 1\`?c i . Mr. Joseph R. Sargent, P,E. w��r.,'• City of Oshkosh Department of Public Works nop1. Or `N15cov.) 215 Church Avenue, Room 301 o�1�Ko P.O. Box 1130 • Oshkosh, WI 54903-1130 Re: Geotechnical Engineering Services Proposal Aviation Business Park MES Proposal No. 3-4017 Dear Mr. Sargent, . • Midwest Engineering Services, Inc. (MES) is pleased to submit this proposal to provide geotechnical engineering services for the planned Aviation Business Park Development in Oshkosh, Wisconsin. Additional background information is included to provide you with a general overview of our company, as well as demonstrate that MES has the equipment, experience, and personnel resources to provide quality subsurface exploration and geotechnical engineering services for the proposed business park. We appreciate the opportunity to offer our services. Please call at any time if we can be of assistance. Sincerely yours, MIDWEST ENGINEERING SERVICES, INC. /110u0- /4, ii-O ea""-/?3, Matthew A. Henderson, P.E. Vice President . CORPORATE OFFICE: WAUKESHA.WI 2624170 07 an CHIPPEWA FALLS.WI GREEN BAY.WI RIPON.WI CHAMPAIGN.IL CHICAGO.IL SCIIAUMGURG,IL GRAND RAPIDS.MI MEIIRILLVILLE,IN ST.LOIIIR,MO midwest engineering services, inc. i t IMS c geotechnical a environmental a materials engineers / 1 125 W.Tuckaway Lone,Suite S t L. Menasha,WI 54952 1. " 920.735.1200 FAX 920-735-1840 www.midweeteng.cam SUBJECT: Proposal for Subsurface Exploration and Geotechnical Engineering Evaluation Aviation Business Park City of Oshkosh,Wisconsin MES Proposal No. 3-4017 STATEMENT OF INTEREST • Midwest Engineering Services, Inc. (MES) is pleased to submit this proposal to provide Subsurface Exploration and Geotechnical Engineering Services for the proposed Aviation Business Park in the City of Oshkosh. MES is an engineering company specializing in geotechnical engineering and construction materials testing services, originally incorporated in Wisconsin in February 1989. MES currently has 5 branch offices in Wisconsin (Chippewa Falls, Green Bay, Menasha, Ripon and Waukesha) and employs approximately 50 people. We have the equipment and a knowledgeable, experienced staff capable of providing the requested services in a professional, timely and cost efficient manner. We have performed geotechnical services for numerous city, county and state - roadway reconstruction projects throughout Wisconsin. The requested workscope will be performed by our Menasha branch office. Additional company and personnel information is provided in the Statement of Qualifications in Appendix B. Based on the information provided in your e-mailed Request for Proposal (RFP), a brief description of our understanding of the project and a discussion of the scope of services to be provided are included in the following section. PROJECT AND SERVICES OVERVIEW Based on the information provided in the RFP, it is understood that the project will consist of the development of a 90± acre parcel into 16 lots for commercial use. The parcel is located on the south side of W. Ripple Avenue and just east of the approach end of runway 36 at the Wittman Regional Airport in Oshkosh, Wisconsin, Based on a site visit and a review of the conceptual layout provided in the RFP, the parcel is currently used for agricultural purposes with crop stubble observed over most of the area. The project consists of 2,500 feet of streets with associated sewer and water utilities, Two stormwater retention basins are planned in the northeast quadrant of the parcel, A total of fourteen (14) borings are requested for the project with six (6) to 20 feet and one (1) to 25 feet in the proposed roadway, four (4) to 20 feet in the detention basins, and the remaining three (3) to 10 feet adjacent to the proposed taxiway on the west side of the parcel. CORPORATE OFFICE. WAUKESHA,WI 232•U7U 0764 CHIPPEWA FALLS,WI GREEN GAY,WI RIPON,WI CHAMPAIGN,IL CHICAGO,IL SCHAUMSURG,IL OGANI)RAPIDS,MI MEIIRILLVILLE,IN T.LOUIS,MO I Proposal for Subsurface Exploration and Geotechnical Engineering Evaluation Aviation Business Park City of Oshkosh,Wisconsin MES Proposal No. 3-4017 Page 2 The final boring layout will be coordinated with utility locators and City of Oshkosh personnel to determine the specific soil boring locations. The subsurface exploration will be performed with truck-mounted drill rigs, utilizing continuous flight hollow stem auger to advance the test holes. Soil samples will be secured by the Standard Penetration Test method at 2.5-ft. intervals to a depth of 10 feet and then at 5-ft. intervals thereafter. The borings in the stormwater basins will be sampled continuously and logged by a certified soil tester using the USDA classification system. Four thin walled tube samples will be collected at selected depths within the basin borings in order to determine hydraulic conductivity by the Falling Head Method. Laboratory visual classification and other testing, as applicable, will be performed to determine the behavioral characteristics and applicable pavement design parameters of the subsurface materials encountered. Following the completion of drilling activities and groundwater observations, the boreholes will be abandoned with bentonite chips. The results of the subsurface exploration and laboratory testing will be utilized In an engineering evaluation and presented in a written report prepared by a Professional Engineer. At a minimum, the final report will include the following information in accordance with the RFP: 1. Soil parameters for the pavement design report. 2. Soil Infiltration Rate/Hydraulic Conductivity. 3. Infiltration Requirement — provide statement if infiltration is required based on applicable regulatory agency standards. 4. Provide information on the soil texture, color, structure, moisture and groundwater indicators, bedrock type and conditions, and indentify all by elevations. Characterize soils using both USDA and USCS classifications systems. 5. Maximum allowable soil bearing pressure. 6. Anticipation and management of groundwater. 7. Soil material and compaction requirements of groundwater. 8. Comments on the stability of slopes, specifically at detention basins. 9. Potential trench stability concerns. ( COST ESTIMATE MES proposes to perform these services in accordance with the Estimate Worksheet and Standard Fee Schedule, both of which are enclosed in Appendix A. A summary of the anticipated cost for the outlined services will be on the order of $6,480.00. Final compensation will depend upon the actual number and depth of borings drilled, laboratory Proposal for Subsurface Exploration and Geotechnical Engineering Evaluation Aviation Business Park City of Oshkosh,Wisconsin MES Proposal No. 3-4017 Page 3 • tests performed, and engineering time. Where an alteration to the workscope may be warranted, or additional services are needed, prior authorization from the client will be obtained, and any additional work will be charged at the unit rates shown on the accompanying Standard Fee Schedule. AUTHORIZATION MES will proceed with the work on the basis of written approval. Please provide formal acceptance by having an appropriate party sign in the space below. The return of only the signature page will indicate acceptance of the entire proposal document, including Appendix A and Appendix B. Should you have any questions regarding this proposal, or if we could be of any other assistance, please call at any time. We are looking forward to working with you on this project. Sincerely, MIDWEST ENGINEERING SERVICES, INC. �aOtcv- A, #0,06z4 v "R5. Matthew A. Henderson, P.E. Vice President Accepted by: City of Oshkosh Name: ---- -- -- — Signature: Title: Date: -- ---------_._________._-----__--- -- Appendix A: Estimate Worksheet Standard Fee Schedule Quantities Estimate Appendix B: Statement of Qualifications ill r iclwest engineeing services, inc. APPENDIX A • ',:-.t-..,Ir%':.;, iiiM t d.west ellg.ineering serw c9.s.,:inc. ,, geotechnlcal •- enylronmental ms erlalA eng veers• ' 1125 W.Tuckaway Lane,Suite 8 Menasha,WI 54952 P:(920)735-1200 F:(920)735-1840 MIDWEST ENGINEERING SERVICES ESTIMATE WORKSHEET Client Name: City of Oshkosh,Wisconsin Date: April 15,2014 Project Name: Aviation Business Park Proposal No.: 3-4017 II Project Location: Oshkosh,Wisconsin FIELD EXPLORATION SERVICES Quantity Unit Fee Total 1. Mobilization of crew and equipment 1 Lump $300.00 $300.00 . 2. Support vehicle 3 Days $75.00 $225.00 3. Project coordination and public utility clearance 1 Lump $75.00 $75.00 4. Soil drilling with split-spoon sampling from depths of 0 to 20 feet 255 Feet $10.00 $2,550.00 5. Borehole abandonment&patch pavements 14 Holes $25.00 $350.00 6. Thin Walled Tube Samples 4 Each $35.00 $140.00 7, Install and abandon 2'Diameter PVC monitoring well 20 Feet $25.00 $500.00 ' .. air;n3 e) F §(,004) 13,0c0,00 DGG Ia Subtotal for Field Services: $J 140010 L'I-1- 11/146'OO LABORATORY SOIL TESTING SERVICES 1. Moisture content tests,visual engineering i classification,calibrated hand penetrometer tests, 1 Lump $390.00 $390.00 q(7,5 Grain size analysis and Atterberg limits determination,as needed 2. Permeability Testing on Thin Wall Samples 2 Each $250.00 $500.00 Subtotal for Laboratory Services: $890.00 ENGINEERING SERVICES FOR EVALUATION AND REPORT PREPARATION 1. Monthly monitoring of well in basin 3 Month(s) $200.00 $600.00 2. Project engineer for report preparation,principal 1 Lump $850.00 $850.00 engineer for project and report review Subtotal for Engineering Services: $1,450.00 TOTAL ESTIMATED FEE: 050- M-11-1L4 Note: Additional costs-if deemed necessary ---Rock-eefint-555:0016A 14-0-li r(7 4c1/1(__Reek�ringsetvp:1ti25 O0feofe--. "0(s if -Blind drilling(without sampling):$8.001foot /,/ Li, r lvil (1 I,( MIDWEST ENGINEERING SERVICES,INC. GEOTECHNiCAL SERVICES STANDARD FEE SCHEDULE ENGINEERING SERVICES Engineering&Technical services for site reconnaissance,boring locations, field supervision,water level measurements& sampling,engineering evaluation,analysis&consultation. Staff Engineer or Geologist $80.00 Per Hour Sr. Engineering Technician $50.00 Per Hour Project Engineer or Geologist $95.00 Per Hour Engineering Technician $39.00 Per Hour Principal Engineer or Geologist $100.00 Per Hour Secretarial Services $25.00 Per Hour Principal of Firm $110.00 Per Hour FIELD SERVICES Mobilization of Drilling Equip. $3.00 Per Mile($300.00 Minimum) Boring Layout $90.00 Per Hour Support Vehicle $0.55 Per Mile(Min.$75.00 Per Day) Standby&Problem Access Time $150.00 Per Hour All-terrain Drill Rig $700.00 Per Day 2-Man Crew Per Diem $150.00 Per Day Soil Drilling with Split-spoon(ASTM D-1586)or Shelby Tube(ASTM 0-1587)sampling at 5-foot intervals: Depth Range Unit Charges Per Foot, Unit Charges Per Foot Extra SS or ST Samples 3'A",4%"I.D.Auger 6%"I.D.Auger Easy Drilling* Hard Drilling" Easy Drilling` Hard Drilling" 0-25 ft. $10.00 $13.00 $14.00 $16.00 $10.50 25.50 $13.00 $15.00 $16.00 $18.00 $14.00 50-75 $16.00 $18.50 $20.00 $22.00 $17.50 75- 100 $18.00 $22.00 $24.50 $28.00 $22.50 N-count of 40 blows or less,or Qu or Qp less than 4 tsf N-count greater than 40 blows,or Qu or Qp greater than 4 tsf Drilling with 12-1/4"I.D.Auger will be quoted upon request. Auger Drilling without sampling $8.50 Per Foot Shelby Tubes, 3"diameter $35.00 Each Rock Coring with Diamond Bit $55.00 Per Foot DOT 55-Gallon Drums-Soil Cuttings $60.00 Each Rock Boring with 3"Roller Bit $45.00 Per Foot Drilling mud,as needed $3.00 Per Foot Rock Coring&Boring Set-up Charge $150.00 Per Hole Pavement Cold-Patch at boreholes $25.00 Per Hole LABORATORY TESTING Visual Engineering Classification $3.00 Per Test Unconfined compression tests, Hand Penetrometer Test $3.00 Per Test remeo $5.00 Per Test Moisture Content Test $5.50 Per Test without stress-strain curve $30.00 Per Test Organic Content Test $28.00 Per Test with stress-strain curve $45.00 Per Test Density Determination with Moisture Content $28.00 Per Test California Bearing Ratio(CBR) $250.00 Per Test ( Atterberg Limits Determination $85.00 Per Test Permeability,Rigid Wall $220.00 Per Test Grain Size Analysis,Sieve $55.00 Per Test Permeability,Flexible Wall $250.00 Per Test Grain Size Analysis,Sieve&Hydrometer $05.00 Per Test Shelby Tube sample preparaliontremolding $40.00 Per Tube Moisture Density Relationship Standard Method,ASTM D-596 $135.00 Per Test Modified Method,ASTM D-1557 $150.00 Per Test y REMARKS CIarg'e`s-for-aaenito well installation, analyticaljj stingtervIces, and special equipment or sampling techniques not Included herein,will be quoted upon reques IIiruipnisaAcommercial transportation charges will be billed at cost plus 20%. A I per diem charge of$75,,O.Oklar0 person will be billed as pa iclte--Involeee wllL submitted monthly,with payment due within 30 days Dice date. Interest will be added at a rate of 1%% per month of delinquent . ProposaLegmates&verbal quotati ril remain valid for 60 days,at which time they may be subject to change or withdrawal. -`,,_ I 1)6(2 A-\1201* f I�� 1 • QUANTITIES ESTIMATE { Estimated • Item Unit Quantity Unit Cost Total Cost Lump 1.Mobilization Sum 1 $5.25 $525 Lump 2.Project Coordination and Final Report _ Sum 1 $75 $75 3.Auger or Wash Boring 0'-30'with Sampling(min.14 borings) VF 255 $17 .37* $4, 430 4.Rock Coring** oring** VF 50 $6 0 $31060 -p C( Lump t.ri! I 4.Preparation of Draft Report Sum 1 $850 $8 5 0 I Lump 5.Monitoring Well Reading/Abandonment Sum 1 $600 $600 • TOTAL COST $ 2*'8 *Includes drilling, well installation, abandonment, tube samples, and lab testing. �R ** If necessary. p tiC�84 1. All quantities are estimated. The City reserves the right to add or delete 50%of the ,1-0A' quantities-from the project without affecting the unit price. Rock coring pricing to remain i valid no matter the quantity. Any items may be deleted as directed by the City. I 2. All drilling costs to include the cost of using casing and/or drilling mud as required to 0�; I stabilize the drill hole as well as the hole abandonment. 20, 3. Mobilization: The Geotechnical Engineer shall provide all equipment necessary to move his ' `f { drill rig, water truck and associated vehicles in and out of all drilling positions. 4. Cost for"false Starts"due to the presence of near surface obstructions(within 2' of surface) shall not be a pay item). I5. Provide Rate Schedule. I 1 I i ! APPENDIX B • I GIN midwest engineering services, inc. geotechnicel • environmental materiels engineers I , STATEMENT OF QUALIFICATIONS GEOTECHNICAL ENGINEERING SERVICES . Aviation Businoss Park 1 SUBMITTED TO: City of Oshkosh April 15, 2014 _ I TABLE OF CONTENTS EXECUTIVE SUMMARY ( PROJECT STAFFING LABORATORY TESTING CAPABILITIES 1N-HOUSE DRILLING CAPABILITIES PROJECT EXPERIENCE • State/County/City Roadway Projects • Municipal Water/Wastewater Projects RESUMES OF KEY PERSONNEL • EXECUTIVE SUMMARY Midwest Engineering Services, Inc. (MES) is an employee-owned firm, originally incorporated in Wisconsin in February, 1989, when the Waukesha office was formed to provide geotechnical, environmental and materials engineering services. Since that time, four (4) additional offices have been placed into operation in Ripon, Menasha, Green Bay, and Chippewa Falls, Wisconsin. MES is well-poised geographically to efficiently provide the subsurface exploration and geotechnical engineering services for the City of Oshkosh from this network of Branch offices. MES has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonable cost. 1 . PERSONNEL STAFFING MES's collective Wisconsin staff numbers approximately 60 personnel during peak season, including 17 professional engineers, EITs, and professional geologists, and approximately 43 technical personnel and support staff. Each of our Branch offices is supervised by a Registered Professional Engineer, responsible for over-seeing the day- to-day technical and administrative affairs of the Branch office. All engineering reports I . generated by the Branch offices are reviewed by one of the three senior principal engineers in our firm. Matthew Henderson, P.E. Vice-President James M. Becco, P.E., Region Manager Daniel B. Anderson, P.E., Waukesha Branch Manager All of these individuals have been owners of MES going back to the early 1990's, shortly after the company was founded in 1989. This type of vested interest is one of the key factors affecting our un-matched commitment to client satisfaction. The resumes of { these principal engineers, as well as a selection of key personnel are included in a later section. The company's "Senior Author System," enables MES to best match our pool of talent to the needs of every project, and provides a degree of consistency in the technical quality of reports. The local presence of qualified professionals throughout the State, coupled with the close scrutiny and assistance given by the seasoned senior staff, together serve to ensure that our clients receive prudent and reliable engineering recommendations, maintaining a keen familiarity with local conditions and typical construction practices. Our senior principal engineers are readily available to meet with clients to discuss the particulars of any project, adding a personal element to the consulting process. • • 1 A distribution of professional personnel by Branch location is shown below. Waukesha,Wisconsin Ripon,Wisconsin. Matt Henderson, P.E. Jeff Fischer, Geologist Jim Becco, P.E. Brian Youngwirth, Geologist Dan Anderson, P.E. Pat Patterson, P.E., P.G. Chippewa Falls,Wisconsin Ted Cera, P.E. Jeff Manninen, E.I.T. Brad Broback, P.E. Ryan Leverson, Geologist Shelley Hildebrandt, P.G. • Mike Rehfeldt, Geologist Appleton, Wisconsin Patrick Bray, E.I.T. PROJECT STAFFING The Appleton/Menasha Branch office will coordinate and perform the requested workscope for the Aviation Business Park project. The Appleton/Menasha office is managed by Mr. Matt Henderson, a registered professional engineer with over 20 years of experience in geotechnical and construction materials testing. Mr. Henderson will be the engineer directly overseeing the geotechnical services performed for the City of Oshkosh and along with the corporate staff, will be readily available for client meetings. Resumes of some of the key personnel to be used on this project are included herein. Equipment and technical staff from the Appleton/Menasha, Ripon, Green Bay and Waukesha branch offices will be utilized as necessary to meet your project specific I.... needs. LABORATORY TESTING CAPABILITIES MES branch offices are fully equipped and capable of performing most soil, concrete, and asphalt materials testing procedures. Our laboratory testing is conducted in accordance with ASTM, AASHTO, and WDOT test procedures. The Waukesha lab maintains US Army Corp of Engineers and WDOT accreditations. MES is capable of providing physical property soil testing including such test procedures as grainsize analysis, Atterberg Limits, modified and standard proctors, CBR, unconfined compressive strength tests and permeability testing. In addition concrete, mortar and grout compressive strength testing, concrete mix design, and asphalt testing. Lime, Cement and Flyash soil stabilization mixture analysis can also be performed in our materials lab, . SUMMARY OF LABORATORY TESTING SERVICES AGGREGATE ASTM MORTAR ASTM Sieve Analysis C136 Mortar Compressive Strength C109 Material Finer than No. 200 C117 Mortar Tensile Strength C190 Unit Weight C29 Mortar Air Content C185 Specific Gravity/Absorption 0127/128 Mortar Water Retention C91 Soundness C88 Mortar Mix Property Analysis C270 Abrasion C131/535 Mortar Aggregate Testing C144 Organic Impurities C40 Clay Lumps, Friable Particles C142 GROUT Lightweight Pieces C123 Grout Compressive Strength C1019 Aggregate Quality Analysis C33 Grout Mix Property Analysis C476 Grout Aggregate Testing C404 ASPHALT Bulk Specific Gravity/Density 02726 SOILS Percent Air Voids D3203 Water Content D2216 Maximum Theor. Specific Gravity 02041 Organic Content D2974 Extraction/Gradation D2172 Specific Gravity D854 Marshall Stability/Flow D1559 Dry Density D2937 Marshall Mix Design Amount Finer than No. 200 D1140 Bituminous Paving Mix Analysis Grainsize Analysis D422 • Bituminous Pavement Core Ana. Atterberg Limit D4318 Bituminous Aggregate Testing Shrinkage Limit D427 Moisture-Density Relationship 0698/01557 CONCRETE California Bearing Ratio 01883 Compressive Strength C39 Unconfined Compressive Strength D2166 Flexural Strength C78 Permeability(Constant Head) D2430 Splitting Tensile Strength C496 Permeability(Falling Head) D5084 . Concrete Mix Strength Verification ACI214 Consolidation D2435/04186 Concrete Mix Strength ACI214 Concrete Aggregate Testing C33 ( SOIL/LIME AND SOIL FLYASH MIXTURE CONCRETE CORES Moisture Density D558 Compressive Strength C42 Compressive Strength D1633 Unit Weight C642 Bearing Ratio D3668 Chloride ion Content FHA Mix Analysis Air Content Analysis C457 Petrographic Analysis C856 CONCRETE MASONRY UNITS SPRAYED FIREPROOFING CMU Compressive Strength 0140 Thickness/Density E605 CMU Unit Weight/Absorption C140 Masonry Prism Strength E447 Hollow Unit Quality Analysis C90 Solid Unit Quality Analysis C145 IN-HOUSE DRILLING CAPABILITY Midwest Engineering provides field drilling services from each of our branch office • locations for a wide variety of projects. This includes soil borings for conventional geotechnical or environmental sampling and monitoring well installation, by hollow stem auger or rotary drilling techniques. We also perform Pressure-meter testing in house, with our own experienced personnel, utilizing a Menard Type G-Am device. Our drilling crew chiefs have a wide range of experience in a variety of drilling techniques, in various parts of the country. Drilling personnel are typically assigned to projects on the basis of related experience in recognition of specific project tasks. During the initial project planning stage, the project specific needs and activities are reviewed by a senior/project engineer, with the Intent of developing the most efficient approach to completing the field activities. The field work is performed by the crew and equipment deemed to be best-suited for that job. Midwest Engineering is currently operating 6 drill rigs/crews in Wisconsin, including 2 track mounted all-terrain (ATV) units used for sites with difficult access conditions. We function effectively as a company in providing interoffice support and cooperation, able to mobilize the equipment necessary to meet project timing objectives. SUMMARY OF SUBSURFACE EXPLORATION EQUIPMENT 2007 DIEDRICH D-50 All-Terrain Rig 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" I.D. Low ground pressure(<3,5 psi)and high level of maneuverability make this rig suited for your most challenging site. 2001 DIEDRICH D-50 All-Terrain Rig 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications,with auger up to 9 1/4"I.D. Low ground pressure(<3.5 psi)and high level of maneuverability make this rig suited for your most challenging site. 2000 DIEDRICH D-120 Truck Mounted Rio 1996 DIEDRICH D-120 Truck Mounted Rig 1995 DIEDRICH D-120 Truck Mounted Riq 6-cylinder John Deere Diesel Engine, 14,500 ft.-lb torque,with Moyno 3-LB pump and 250 gallon water tank. Equipped with Automatic Standard Penetration Test Hammer mounted on a Ford F-800 Diesel Truck. Well-suited for deep hollow stem auger drilling and large diameter monitoring or recovery well installation, and rotary drilling techniques. Utilized to turn auger up to 12-1/4"ID. 1999 DIEDRICH D-50 Truck Mounted Rig 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump and 250 gallon water tank, mounted on F-700 diesel truck. Utilized for shallow to moderate depth hollow stem and rotary drilling applications,with auger up to 9 1/4"I.D. 1995 DIEDRICH D-25 Rio Mounted On a 4WD F-350 Small gasoline/Liquid Propane powered skid-mounted rig on a 4WD F-350. Permits work in areas of overhead clearance as low as ten (10)feet. Equipped to perform hollow stem drilling or environmental soil probe sampling(ESP). ESP enables soil,water and soil-gas sampling through a small temporary casing which is driven to eliminate auger cuttings and soil disposal issues. AUGER AND SPECIAL TOOLING • 3 1/4",4 1/4", 9 1/4"and 12 1/4"I.D. Hollow stern auger • CME 5 ft. Continuous Sampler • NX Core barrels, Tri-cone roller bits,2 to 6 inch dia. • Hydropunch II Groundwater and Hydrocarbon Sampling Tool • Vane Shear Test with Calibrated Torque Head • 3" Piston Sampler Assembly • In-situ Soil Resistivity Meter Pressuremeter • Menard Type G-AM • I ' State/County/City Roadway Projects f Project Experience p j Midwest Engineering Services, Inc. (MES) has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous new pavement and existing roadway reconstruction projects. MES has also provided construction quality control testing on many of the projects listed. The following is a list of roadway projects MES has had the privilege to work on. 2012 City of Oshkosh CIP Projects State Highway 59 Reconstruction (12-04, 12-05, 12-07, and Misc. Projects) Roadway Settlement Analysis Oshkosh, Wisconsin Waukesha, Wisconsin STH 145 Road Reconstruction Proposed Roadway Reconstruction Richfield, Wisconsin Waukesha South By-pass Waukesha County,Wisconsin STH 164 Reconstruction (1-43 to STH 59) CTH N (( ; Wisconsin Outagamie County,Wisconsin l I-94/CTH K Libel Street Racine, Wisconsin Village of Allouez, Wisconsin County Highway X Holland Road/Kelbe Drive Waupaca County, Wisconsin Village of Little Chute, Wisconsin County Highway W County Highway OK Menominee County, Wisconsin Sheboygan County,Wisconsin Lake Street Tayco Street Town of Menasha, Wisconsin City of Menasha,Wisconsin Manitowoc Road Reconstruction Highways 42157 Frontage Road Menasha, Wisconsin Sturgeon Bay, Wisconsin 1 Municipal Water/Wastewater Projects Project Experience Midwest Engineering Services, Inc. (MES) has provided Professional consulting services including subsurface exploration, field and laboratory testing, and engineering analysis for numerous municipal water and wastewater projects. Listed below are a few of the projects MES has had the privilege of working on in Wisconsin. Water Transmission Main-Suamico Sewer Extension-Bonduel Water Main-Two Rivers Sewer Extension-Black River Sanitary SewerNVWTP-Suamico Water Main-Crivitz Kiwanis Park Sewer Relay-Sheboygan Sanitary Sewer Relocation-Green Bay Wastewater Treatment Plant Expansion- Sanitary Sewer Interceptor-Manitowoc Waupaca Session Street Sewer Expansion- Sewage Force Main-Manitowoc Waupaca Water Main and Sanitary Sewer-Darlington Storm Sewer-Manitowoc • Storm Sewer-Sister Bay Sanitary Sewer and Sewage Force Mains- Mishicot Sanitary Sewer, Water and Stormwater Pipellnes-Oconto Falls Sanitary Sewer-Hobart Sanitary Sewer Interceptor and Lift Sanitary Sewer Relay-Juneau Station-Belleville Sanitary Sewer-Algoma Water Main Extension-Madison Pump Station and Utility Lines-Waterford Water Main Extension-Sussex Sanitary Sewer Reconstruction-Wind Lake Water Main Replacement-Waukesha Water Main Extension-Pewaukee Transmission Main-Fond du Lac Water System Improvements-Fond du Lac PROFESSIONAL RESUME • MATTHEW A.HENDERSON,P.E. VICE PRESIDENT CORPORATE OFFICE WAUKESHA,WI EDUCATION/SPECIAL TRAINING Michigan Technological University,Houghton,Michigan;B.S.,Civil Engineering, 1980 PROFESSIONAL REGISTRATIONS/AFFILIATIONS Registered Professional Engineer in: Illinois,Missouri,and Wisconsin. American Society of Civil Engineers. Advisory Board Member, College of Technical Careers, Construction Technology Program, Southern Illinois University,Carbondale,Illinois. Advisory Board Member, College of Engineering and Technology, Civil Engineering Technology Program,Southern Illinois University,Carbondale,Illinois. DILHR Certification for UST Assessments and UST Removals CONTINUING EDUCATION/SHORT COURSES Environmental: • "Forty Hour-29 CFR 1910 Training Course",National Water Well Association "Eight Hour Supervisory Training CFR I910 Course",Professional Service Industries,Inc. "Limiting Your Environmental Liability in Real Estate Transfers" by Wisconsin State Bar and Federation of Environmental Technologists. Geotechnical and Materials: "Principles of Geotechnical Engineering",PSI,Inc. "Principles of Concrete Technology",PSI,Inc. "Principles of Asphalt Technology",PSI,Inc. "Soil Stabilization Techniques",National Lime Association "Evaluation and Rehab of Pavements,"University of Wisconsin PROFESSIONAL EXPERIENCE AND BACKGROUND Midwest Engineering Services, Inc; Waukesha, Wisconsin; April 1989 to Present: Vice • President of Firm,and Principal Engineer,responsible for managing daily operations and involved in the planning and implementation of company affairs. Technical activities include the planning and implementation of hydrogeological studies performed for company and other consultants' projects; • plans and coordinates geotechnical explorations, and performs the analysis and evaluation of various foundation systems,retaining wall structures,and earthen embankment and slope stability analysis, Midwest Engineering Services,Inc. ( MATTHEW A. HENDERSON, P.E. PAGE TWO including failure analysis. Environmental activities include Phase I environmental site assessments, underground storage tank removal assessments,and related subsurface soil and groundwater studies. Professional Service Industries, Inc.; Carbondale, Illinois; 1981 to 1989: Engineer in charge of the overall technical,administrative, and management activities for the Branch operation. Technical work included geotechnical projects for over 600 foundation studies and evaluations for buildings, roadways and pavements, and the design of 17 earthen embankments and retaining structures for which slope stability analyses were required. Directed, supervised, and performed the subsurface field investigations and groundwater monitoring installations for environmental projects in the Illinois, Indiana, Missouri, and Kentucky region; this included PVC, stainless steel, and teflon well materials, by a variety of soil drilling and rock coring techniques, including air and mud rotary, and conventional hollow stem augering, to depths of up to 150 feet, for well casing diameters of up to eight inches. Performed subsurface investigations for river and lake off-shore projects by barge- mounted drilling equipment. Developed and implemented the construction quality control program for over 500 projects in the region, including spread footing, caisson, and piling installation monitoring, structural steel erection and welding inspection, and soil, concrete, asphalt, and fireproofing testing and inspection. In the later years,assisted the branch managers in other PSI,Inc. offices in the planning and implementation of geotechnical and construction quality control activities. ISouthern Illinois University;Carbondale,Illinois; 1984 to 1986: Instructor of undergraduate Soil Mechanics courses, in addition to employment with PSI, Inc. Served in an advisory capacity on various Boards with the university. I ( I ' Midwest Engineering Services,Inc. PROFESSIONAL RESUME JAMES M.BECCO,P.E. REGION MANAGER WAUKESHA,WI OFFICE EDUCATION/SPECIAL TRAINING Bachelor of Science in Civil Engineering;Michigan Technological University,Houghton,MI; 1986 PROFESSIONAL REGISTRATIONS/AFFILIATIONS Registered Professional Engineer—Wisconsin,Illinois and Minnesota CHI EPSILON ( WDCOM Registered PECFA Consultant Previously DILHR Certified Tank Assessor and Remover/Cleaner CONTINUING EDUCATION/SHORT COURSES Environmental: "Phase 1 Environmental Site Assessment Seminar" "Environmental Site Assessments" "Asbestos Building Inspectors and Supervisors Course" • "Phase II Environmental Site Assessments" 40-Hour-29 CFR 1910 Training Course 8-Hour Supervisory Training-CFR 1910 Course "Petroleum Hydrocarbon & Organic Chemicals in Groundwater: Prevention, Detection and Restoration" "Mold Seminar" "Renewable Sources of Energy—Wind Power" "Constructed Wetlands—Basic Concepts" "Wetland Delineation I--The Basics" "Ethical Decision Making for Engineers" Geotechnical and Materials: "Fundamentals of Shallow Foundation Design" "Deep Foundation Exploration and Design" "Retaining Wall Design-I" "Retaining Wall Design- II" "Ethical Decision Making for Engineers" "Riprap Design" "Excavation Safety and Shoring" "StormwaterManagement—An Introduction" "Advanced Stormwater Treatment—Design" JAMES M. BECCO,P.E. PAGE TWO PROFESSIONAL EXPERIENCE AND BACKGROUND Midwest Engineering Services,Inc.; 1992 to Present: Mr. Becco joined MES in January of 1992 as the Department Manager for Environmental Services in the Waukesha, Wisconsin office. He was promoted to the position of Branch Manager in August of 1995. His duties consisted of the overall daily management and technical oversight of the environmental, geotechnical, and construction services departments. This included proposal and report preparation, project planning and administration,and the coordination and supervision of field staff. Mr. Becco was promoted to the position of Region Manager for all of MES' Wisconsin offices in July of 2000. Mr. Becco is responsible for oversight and direct supervision of each of the branch ( managers. Mr. Becco also acts as a senior geotechnical and environmental consultant, and a principal engineer for MES' Wisconsin and Illinois branches. He has been involved with numerous projects of varying complexity, including stream and groundwater monitoring, petroleum assessments, solvent (dry cleaner) investigations, and a multitude of geotechnical engineering studies. Prior to joining MES, Mr. Becco gained over six years of experience working for PSI, Inc. in their Lansing, Michigan; Clearwater and Tampa, Florida; and Milwaukee, Wisconsin offices. His responsibilities included overall management, technical and administrative duties of geotechnical and environmental departments, and report preparation, review and technical consultation. Mr. Becco received extensive environmental field training, and was involved with the management of a statewide gasoline service station upgrade project for more than 300 Circle K and 7-11 stores across the State of Florida. He also was involved in the direct planning and engineering for a variety of geotechnical projects in Florida and Wisconsin. g/nmrkcdnewresmnePoccco c PROFESSIONAL RESUME • GARY WELLNER DRILL RIG OPERATOR APPLETON,WI OFFICE EDUCATION/SPECIAL TRAINING High School Diploma; West High School,Waterloo,Iowa CONTINUING EDUCATION/SHORT COURSES OSHA 40-Hour Hazardous Waste Training Course OSHA 8-Hour Refresher Courses-Yearly Drilling Safety Procedures—Midwest Engineering Services Annual Safety Refresher and Monthly Toolbox Meetings—Midwest Engineering Services Pressuremeter Testing Procedures and Field Demonstration—Midwest Engineering Services PROFESSIONAL EXPERIENCE AND BACKGROUND 1 Midwest Engineering Services,Inc.;Appleton,Wisconsin; 1994 to Present Mr. Wellner's responsibilities include operating drill rigs for geotechnical and environmental drilling projects, including drilling of landfills and hazardous waste sites. He is experienced in solid and • hollow stem boring, mud rotary soil drilling, soil sampling by split-spoon and direct push methods, rock coring, air or mud rotary rock boring, grouting of bore holes, deep hollow stern augering, and monitoring well installation to depths of 150 feet. Additional responsibilities include supervision of f... drilling activities, monitoring well development and abandonment, boring layout, checking utility locates,and maintenance of field equipment involving engine, hydraulic and electronic systems. Twin City Testing;Appleton,Wisconsin; 1984 to 1994 1 . Mr. Wellner's responsibilities included drilling sites in the Midwest. His duties included operation of drill rigs,locating utilities,shooting elevations and locating borings. Midwest Engineering Services,Inc. A ® DATE(MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE 05/06/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Marsh USA Inc.!] CEZV ED PHONE FAX 1717 Arch Street] (NC.No.Ext): (MC,No): Philadelphia,PA 191038 RE ADDRESS: Attn:Philadelphia.Certs @Marsh.com Fax:212-948-0360 v ® INSURER(S)AFFORDING COVERAGE NAIC# J19623-PPrPo-GAWUP-14-15 µAl a �/ 2O'I INSURERA:Travelers Property Casualty Co.Of America 25674 INSURED aS R e:Charter Oak Fire Insurance Company 25615 MIDWEST ENGINEERING SERVICES,INC.O �/V d+a Architects and Engineers Insurance Company(AEIC) 19015.MEYERSI ROAD;SUITE 4000 DEPT. OF PUBLI CO�Ns ERr:N/A N/A OAKBROOK TERRACE,IL 60181 O5HK05H, WIS INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CLE-004080530-03 REVISION NUMBER:4 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. ADDL SUBR POLICY EFF POLICY EXP INS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDD/YYYY) (MMIDD/YYYY) LIMITS GENERAL LIABILITY X EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY TC2JGLSA8042X73ATIL14 03/01/2014 03/01/2015 DAMAGE EMI SES TO R S(RENTED occurrence) $ PREMISES 1,000,000 CLAIMS-MADE X OCCUR _MED EXP(Any one person) $ 5,000 X PROD/COMPLETED OPS. PERSONAL 8 ADV INJURY $ 1,000,000 X CONTRACTUAL • GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 —1 POLICY X JF LOC $ A AUTOMOBILE LIABILITY X TC2JCAP8042X741TIL14 03/01/2014 03/01/2015 COMBINED SINGLE LIMIT 2,000,000 (Ea accident) _$ X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ ATOS AUTOS PROPERTY DAMAGE HIRED AUTOS _AUTOS NON-OWNED (Per accident) $ $ A X UMBRELLA LIAB X OCCUR X ZUP-12S73876-14-NF 03/01/2014 03/01/2015 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED RETENTION$ $ B WORKERS COMPENSATION TC20UB824K294A14(AOS) 03/01/2014 03/01/2015 X WCY STATU-T _ Y/N ( WI)AND EMPLOYERS'LIABILITY TROUB8042X76514 AZ,MA,OR,WI 03/01/2014 03/01/2015 1,000,000 B ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N N/A 1,000,000 (Mandatory In NH) - E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below C Professional Liability AEICPGI4 04/01/2014 04/01/2015 EACH CLAIM 1,000,000 Deductible:50,000 AGGREGATE 3,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Re:Geotechnical Engineering Services-Aviation Business Part® City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are included as additional insureds with regards to the General Liability and Business Automobile Liability policies where required by written contract.m m m m CERTIFICATE HOLDER CANCELLATION City of Oshkosh0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn:City Clerks THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Avenue0 ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 11300 Oshkosh,WI 54903 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee -r4,-A'�OiO4" I ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD