Loading...
HomeMy WebLinkAboutProfessional Services Industries/Geotechnical Eval 2015 CIP . CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5065 FAX (920) 236-5068 LETTER OF TRANSMITTAL To: Mr. Patrick Bray Date: November 13, 2014 Professional Service Industries, Inc. Sub'ect: Executed Agreement 1125 West Tuckaway Lane, Suite B Subsurface Exploration and Menasha, WI 54952 Geotechnical Evaluation for 2015 CIP 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 Quantit Description 1 Executed A reement These are being transmitted as indicated below: ❑ For Approval � For Your Use ❑ As Requested ❑ For Review& Comment Remarks: Enclosed is a copy of the executed agreement for the 2015 CIP subsurface exploration and geotechnical evaluation services. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. City Attorney's Office—Copy .� City Clerk's Office —Original -- cc: _ File—Original Signed: Trac L. a or 1:1Engineering\Soil Borings�20151PS1 LOT-Executed Agreemnt_11-13-14.docx 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 PROFESSIONAL SERVICE INDUSTRIES, 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 EVALUATION FOR THE 2015 CAPITAL IMPROVEMENT PROJECTS. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Patrick Bray— Menasha Branch Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Pete Gulbronson, P.E., C.D.T. —Civil Engineering Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal and Professional Service Industries, Inc.'s e-mail dated October 30, 2014. 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. 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. I�.\Engmeenng\Soil Bonngs�2015\PSI Agreemnt-2015 CIP Sub Inv_11-3-14.docu Page 1 of 5 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:\Engineering\Soil Borings�2015\PSI Agreemnt-2015 CIP Sub Inv_11-3-14.docx Page 2 of 5 ARTICLE IX. 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 X. 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 October 8, 2014 and attached hereto 3. CONSULTANT's Proposal dated October 27, 2014 and attached hereto 4. Professional Service Industries, Inc.'s e-mail dated October 30, 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 XI. 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 $48,541 (Forty-Eight Thousand Five Hundred Forty-One Dollars). • Attached fee schedule 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. I:\Engineering\Soil Bonngs�2015\PSI Agreemnt-2015 CIP Sub Inv_11-3-14.docx Page 3 of 5 � ARTICLE XII. 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 XIII. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XIV. 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 XV. 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. I1Engineeringl5oil Bonngs�2015\PSI Agreemnt-2015 CIP Sub Inv_113-14.docx Page 4 of 5 ARTICLE XVI. 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 XVII. 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: CONSUL�T - J ,Sd,/� By: (Seal of Consultant !� � if a Corporation.) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: ,��--�- ,�'�l.-� (Witness) Mark A. Rohloff, City Mana er And: i�� _ `,. . �'�f; �Z, � (Witness) Pamela R. Ubrig, City Clerk ^ � APP OVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. y Attorne �VCLY'�j,�l= `f�'1 City Comptrolle?' ' C\Engineenng\Soil Bonngs�2015\PSI Agreemn42015 CIP Sub Inv_113-14.docx Page 5 of 5 Gulbronson,Peter P. From: ' Patrick Bray[patrick.bray@psiusa.com] Se�t: Thursday, October 30, 2014 12:28 PM To: Gulbronson, Peter P. SubJect: Double Ring Infiltration Test Pete, Per our phone conversation yesterday,the cost for the double ring infiltration test are$600 per test and the cost for the excavation services would be$300 per test. The total cost to perform the six test would be$5,400. If the City were to provide the excavation services,there would be a cost savings of$1,800. Please let me know if you have any questions or if you need me to submit something more formal. Thanks, Patrick Bray Branch Manager Professional Service industries, Inc. (PSI) 1125 W Tuckaway Ln Suite B Menasha, WI (920) 735-1200 (office) (920) 735-1840 (fax) � patrick.bray@psiusa.com PSI-www.psiusa.com-Offices Nationwide Environmental Consulting*Geotechnical Engineering Construction Materials Testing&Engineering*Industrial Hygiene NDE*Facilities&Roof Consulting*Specialty Engineering&Testing _ This e-mail and any attachments are for the sole use of the intended recipient(s)and may contain confidential and/or privileged material.if you have received this e-mail in error,please contact the sender and delete the material from any computer.You are hereby notified that any unauthorized disclosure,copying,distribution,or use of this transmitted information is strictly prohibited. AEPARTII�IENT OF PUBLTC\VORCCS 215 Church Avenue � P.O.Box 1130 � Oshkosh,�Visconsin Sd903-113Q Fax(9Z)236-5068 � �Q ON THE VlAiER � ' Oc#ober 8,2014 � Patrick Bray , Professional Seiwices Industries,I��a 1125 West Tuckaway Lane,Suite B Menasha,WI 54952 RE: Request for PR�oposal for Suhsurface�xploration and Geofechnicai Engiyieei�i►sg�valuatioa for tlie 2015 Capital Impravenieiit Projects Dear Mr,Bray: The City of Oshkosh is hereby requesting proposa(s be subinitted for Subsurface Explot�ation and Geotechnical Engineering seitiices related to the City's 2015 Capital Improvement projects. The purpose of this exploration program is to identify the soi]and groundwater conditions within tl�e depths of tlie project eYCavations. The repoi�ts are to provide a summarization of pavement and base coarse thiola�esses,soil type verification,bedrock deptli if encountered,and groundtivater levels. In addition,feld sci•eening of the soil samples are to be completed to identify potential environmentally impacted soiI. . Tlie proposal shall include at a miiiimum: related project experience,planned project team and resumes, engineering fee schedule,and a breakdo�vn of costs as requested in the attached Scope of Services. This contract will have four separate deliverables eact�with unique due dates that are also listed in the Scope of Services. The proposals will be reviewed for completeness and ho�v�vell it is demonstrated ti�at the needs of tlie City of Oshkosh can be met. Tlie a�vard of this work�vill not be based solely on cost of tlie proposal. ' Questions regarding this reqnest for proposal shall be emailed to me at pgulbi•onsou cr,ci.oshkosh,wi.us(�vith the subject heading of"2015 Subsurface EYploration and Geotechnical Engineering Evaluation RFP Questions")by 12:00 noon on Monday October 20,2014. The questions and appropriate responses will be c{istributed to all parties receiving tlus Request for Proposals by 2:00 n.m, on Wednesday,October 22,2014.Please submit four (4}copies of the proposal to my attention no iater tl�an 2:00 p.m,on Monday,October 27,20I4. It is anticipated that award of this contract tivill be�nade by Friday, October 31,2014. Please ensui•e you have the propei• insurance pape�lvork, so tlie a�vard is not delayed. � Attached to this letter are copies of the Scope of Services,Proposal Cost Breakdo�vii, Sample Bo►•ing Log, Standard E�igineering Services Agreement, Professional Se�vices Liability Insurance Requirements,and the Pollution Expost�res Liability Insurance Requirements. The information co�itained�vithin these attachments shall become a patt of tt�e Contract with the Consultant selected to perform the Services. DEPARTj�IENT Oi�PUT3L,IC�VORiCS 215 Churcl�Avenue � P.O.Box 1130 � Oshkosli,�Visconsin 54903-1130 Pli.(920)236-5063 Fax(920)236-5468 0� f H ON 7HE V/TER If you have any questions,please do not hesitate to contact us. Sincerely, �� �� . Pete G�lbronson,P.E. Civil Engineer Supervisor Enclosures � cc: David Patek,P.E.,Dic•ector of Public Works Steve Gohde,P.E.,Assistant Director of Public Works James Rabe,P.E.,Civil Engineer Siipervisor File SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2015 CAPITAL IMPROVEMENT PROJECTS 1. The scope of this contract is to identify subsurface conditions within the depths of various project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses, soil classifications,bedrock depth if encountered, groundwater levels, and deep utility construction recommendations. In addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. Reports shall be prepared in general accordance with normally accepted geotechnical engineering practices. A. A total of 83 soil borings are anticipated for the following Capital Improvement projects. i. Contract 15-04—Concrete Paving &Utilities a. Mount Vernon Street (Washington Avenue to Lincoln Avenue) b.State Street(Waugoo Avenue to Washington Avenue) a. (2) 15-ft boring, (16) 20-ft borings b. Pavement type on Mount Vernon Street is sealcoat over hot mix asphalt with concrete base. c. Pavement type on State Street is concrete. c. Parkway Avenue (Main Street to Bowen Street) a. (15) 20-ft borings b. Pavement type is hot mix asphalt. ii. Contract 15-OS —Concrete Paving &Utilities a. West New York Avenue (Spruce Street to Wisconsin Street) a. (11) 20-ft borings b. Pavement type is hot mix. b.East Custer Avenue (Broad Street to Bowen Street) a. (5) 10-ft borings b. Pavement type is road mix iii. Contract 15-07—Miscellaneous Sanitary Sewer Relays a. Fairlawn Street—Florida Avenue to South Park Avenue b.South Park Avenue—Fairlawn Street to Georgia Street a. (5) 15-ft borings b. Pavement type is Concrete. c. West 12�'Avenue—Knapp Street to Rugby Street d.Rugby Street—Osborn Avenue to West 12th Avenue a. (5) 15-ft borings b. Pavement type is Hot Mix. e. West 6�'Avenue—Mason Street to South Sawyer Street a. (2) 15-ft borings b. Pavement type is concrete. Page 1 of 5 £ West 6�'Avenue—Oregon Street to Nebraska Street g.Nebraska Street—West Sth Avenue to West 7�'Avenue a. (8)— 15-ft borings b. Pavement type on West 6th Avenue is Concrete. c, Pavement type on Nebraska Street between West Sth Avenue and West 6�'Avenue is concrete. d. Pavement type on Nebraska Street between West 6�'Avenue and West 7�'Avenue is road mix. iv. Miscellaneous City Contracts a. Fernau Avenue Watershed Detention Basin a. (10)—20-ft borings b. Borings will be in turf. c. Borings cannot be completed until the land is purchased. b.3rd Avenue Outfall � a. (2)— 15-ft borings b. Borings will be in turf. c. Borings cannot be completed until the land is purchased. c. Hawk Street Water Main Crossing a. (2)— 10-ft borings b. Borings will be in turf. 2. The City of Oshkosh will perform the following tasks: A. Provide consultant with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Consultant to provide suspect locations for sampling and other pertinent information prior to drilling. C. Provide consultant with an engineering staff inember to assist in boring layout. D, Provide consultant final location diagrams with GPS coordinates. E. Provide ground elevations far each boring location for the consultant's use in boring log development. 3. The Consultant will perform the following tasks: A. All items necessary to perform the tasks detailed in the scope of services. B. Subsurface Exploration and Reporting i. Mark the borings in the field and coordinate with Digger's Hotline. Remarking of soil boring locations due to weather will be the responsibility of the consultant. ii. Set a meeting for boring layout per street with Consultant, all Digger's Hotline locators, and City of Oshkosh layout representative. The City Utility locator will NOT mark utilities down the entire street due to the length of time this will take, but rather will provide a radius around the specific boring locations. iii. Coordinate with the City of Oshkosh on drilling schedule and provide 7-day notice of the onsite boring layout meeting. iv. All streets are to remain open to traffic. The consultant will be responsible to furnish all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. Page 2 of 5 v. If a particular boring cannot be accessed during drilling operations, work with the City , of Oshkosh on a revised location. vi. Standard geotechnical practices for subsurface sampling, borehole abandonment, and laboratory testing. vii. Standard geotechnical sampling with 1.5' split-spoon samples spaced 1' (vertically) apart starting at an even point below the pavement(i.e. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. viii. If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed sewers; therefore, accurate identification of material type down to the indicated depth is necessary. Due to the depths of the proposed sewers and material type in Oshkosh, the consultant is required to anticipate hard drilling throughout. ix. Soil parameters for pavement design are not being requested at this time. Any laboratory testing is at the discretion of the consultant in order to provide services as detailed in the RFP. At a minimum, moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. x. Pavement shall be restored in-kind. It is the consultant's responsibility to know current pavement type. xi. Groundwater elevations shall be estimated for every borehole. xii. Field Screening and Environmental a. PID/FID every soil sample as described below. b.Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. In the laboratory,prepare a portion of the field samples for PID/FID screening (i.e. sealed bags) and place in an environment where they will be allowed to equilibrate to a temperature of approximately 70°Fahrenheit. Once this temperature is reached, use the PID probe until the readings become steady or consistently decline. If a there is a reading of 20 or more PID units, immediately place the main sample in the refrigerator or on ice and notify the City of Oshkosh so arrangements can be made for sample exchange with our Environmental Consultant. Main samples are to remain cool until PID readings are taken. c. Split samples may be taken by Environmental Consultant during drilling operations. We will inform the selected consultant of these locations; however, no additional work will be required. xiii. Reporting Requirements a. Project Overview b.Field Procedures c. Laboratory Procedures d.Exploration Results (broken up by street) e. Considerations and Recommendations a. Recommendations for deep sanitary sewer construction are requested(i.e. slope stability and dewatering). b. Other information as appropriate. Page 3 of 5 , £ General Qualifications g.Individual Soil Boring Logs (include PID readings) h.Soil Boring Location Diagram i. Summary Table (separate table for each street) a. Boring Identification b. Boring Depth (proposed & actual) c. Pavement Thickness d. Base Coarse Thickness e. Fill Thickness f. Depth of Bedrock or Refusal, if present g. PID Reading 4. Project Deliverables A. Schedule of Project Deliverables i. Contract 15-04 report due January 23, 2015. ii. Contract 15-OS report due January 30, 2015. iii. Contract 15-07 report due February 13, 2015. iv. Miscellaneous City Contracts a. Hawk Street Report due February 20, 2015. b.Fernau Avenue Watershed Detention Basin and 3`d Avenue Outfall due TBD. B. Drilling can be completed at the consultant's convenience as long as the reports are submitted no later than their respective due date. 5. Proposal Cost Breakdown A. Boring Layout i. Cost to include coordination with Diggers Hotline, Utility Locators, and the City of Oshkosh engineering staff. ii. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling (lump) i. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling, including the contingency amount is not exceeded. C. Soil Barings (per foot) i. Cost to include proper borehole abandonment and street patching. ii. Cost to include field screening(i.e. PID/FID as appropriate). iii. Unit cost will also be used for additional drilling, if needed. iv. A contingency amount is added to the proposal cost breakdown sheets attached. v, Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge once the contract has been awarded will not be approved. D. Project Engineering and Reporting (lump sum) i. Additional payment for project engineering and reporting will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. E. Steam cleaning costs will be handled on a contingency basis. If drilling in areas of known contamination, steam cleaning is more than likely required. Actual costs are to be billed to the specific contract. Do not cross contaminate samples. F. Rock Coring will be handled on a contingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. One possible example where blind drilling Page 4 of 5 might be used is if a boring hits refusal prior to the indicated depth. Then another boring would be located a few feet away and blind drilled to the initial refusal depth. H. Provide general rate sheets for items not covered in this RFP. 6. AdditionalInformation A. All work shall be performed by qualified personnel under the supervision of a Registered Professional Engineer in the State of Wisconsin. Reports shall bear the certificate and seal of said Professional Engineer. The ASTM or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. B. The consultant shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. C. The entire soil profile is required from the surface to the indicated depth. D. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date, if necessary. E. The number of borings and depths are subject to change. Additional street borings and pond projects may be added to this contract, or borings/work may be deleted at any time. F. It is the contractor's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump spoil material. G. This contract will be per the City of Oshkosh Agreement form only; unless the consultant already has a negotiated services agreement on file with the City of Oshkosh. A sample agreement form is attached to this RFP. The consultant's standard or general services agreement language will NOT apply. Page 5 of 5 � PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2015 CAPITAL IMPROVEMENT PROJECTS CONTRACT 15-04 CONCRETE PAVING & UTILITIES ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 1 $ $ 3. Soil Borings(estimated quantity includes an additiona140' for contingency purposes) Feet 690 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUB-TOTAL CONTRACT 15-04 $ CONTRACT 15-OS—CONCRETE PAVING&UTILITIES ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 1 $ $ 3. Soil Borings(estimated quantity includes an additiona120' for contingency purposes) Feet 290 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUB-TOTAL CONTRACT 15-05 $ 1 CONTRACT 15-07—NIISCELLANEOUS SANITARY SEWER RELAYS ' ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump $ Sum 1 $ 2. Mobilization/Daily TraveUTraffic Lump Control Sum 1 $ $ 3. ' Soil Borings(estimated quantity includes an additional 30' for $ contingency purposes) Feet 330 $ 4. Project Engineering and Reporting Lump $ Sum 1 $ SUB-TOTAL CONTRACT 15-07 $ MISCELLANEOUS CITY CONTRACTS ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump $ Sum 1 $ 2. MobilizationNaily TraveUTraffic Lump Control Sum 1 $ $ 3. Soil Borings(estimated quantity includes an additiona120' for contingency purposes) Feet 270 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUB-TOTAL MISCELLANEOUS CITY CONTRACTS $ 2 STEAM CLEANING OF DRILLING EQUIPMENT (iJNIT COST$ )X 5 TIMES = $ ROCK CORING (IJNIT COST$ )X 75 FEET= $ BLIND DRILLING (UNIT COST$ )X 100 FEET=$ ATV RIG FOR BORING (LJNIT COST$ )X 100 FEET=$ TOTAL PROPOSAL COST $ 3 � N -- ^ o 0 0 0 o in Cr� � � � � ° ° � � � � � � � � � � o •� � ° y >, a�i � .� .� O r N M �f' � C4 Q� � c_�0 '0 p •� � c6 C L � O � � � � � � � � � � � � � Y i i i i � � i i i C E � V � (0 � - � �' dO �i �1. � � � � � � � � � � � z O 'D N � O O � � ~ ° �j �- r L �n � �n �n �n �n �n �n �n u� � � � - u, cv o �+ N O O = A+ N � � �- � � t-- � � c- � �� � � f6 C � C C � "0 Y 1 � Y� � p 0 � N 0 � 3 0 � � _ . � Y� > > � � � � � � � � � O � � -o c ._ � o o y Vj U = � C � � �� � L � � C� E N fA N 0 N .0 - ■� �— A� �L � s. � >+ C "� ' � p Q w, � � ii C� � � ii o y � � °> rn � c �v�i � °' � 'cv � � � V ^+ G m ° 0 C m •S c -o '- -a m a = �° a � W , }� � ^ ^ � y"' �L N O � � C R1 � � O V O � L � (� �� O O � .-. .-. .� .-� � .-� O Q� � � � � � >,� C � E � w � +^+ L N (n � v o 0 0 '�o� o v o `°n �+ � � '� �� -o � � °c' � .�n � °v; ._ y � � (�J � � � � N � '� .- � N p }, �r- � � i ■� � V� Q 'a Q Q � N M � �n cfl ti U '� c � � ;� -a � � m L � a �� O � � y cn c!� � � � � � � � C �`� � ��� �:�'� o o •� -a `� Q U Q � �n �n �n �n �n �n �n �n �n W � ''� o � � � a�i n > > rn O �� O^ �- � � c- r � � c- � O @ � - � O � � � ` � � U ii ' U w <ia L � O �' �, a� � L � � � � _ a L. � � � � � � � � � :c c � .� c� o a� •,- �° � - a I- c0000 > �n � o .Sco I --..._ ------ - _ - � '� �� � � � �5;�6 �t=-r; � _1_1J�_ _ __� �--- '� � ! _I - ( -' '� _� � 1S �3�1A0d- -- I� ' �_ � � � _ _j_ _ �..�_�.—Q-- - � r�?�� -- - � �-�-- � 1S 302lNOW -- __` -'--��. 1 � � � � �-��I � I � � � fi� ' `-I-� _ ;--o� -;o`. I --� , .1 f � I � _a ' r - �— �15303�:OW_ . ' J -�- �-- ; � ��I T;; ; -- . ._ i ; �-� � �� f'~�`�== -- �. � 1 � � L�; ; � i 1._ � I - - � IS a`d0218 �� —O+_T ¢ i_ { . —. , �^' '�J a��l_� i 4 � � - � �8_ �- --��o �-- � �--_-� � � j `�--""� -�11 �_ � r=�� —_�_ , N�_ --�-- �¢ _ — �_LL�_�_a ' � �-i1�aN�� � � - �I C_ � �-- -- ' i �Q� � � 4-- _ �J 5 �N!d _31.�� � z!� f a !Z��C->— �_ ---� o � � � 1 ��- � _� h -�> 4 � �-r , ts Nos�a�d a s l�no� i ..a_ ,�� w�� LL{—�_ i � � _�`_ � � % -- ��-- � o �LS�IQSI. _� � �'Q�--. i _ �='��J.1.�. Q O _ -�--_ � �� � N r `(�� — � � ja � � � � .- _��_ ' I�I � ��- �J ��b ui �,.._"'' yU' �- � � �' � � � � �� � �� ��� � I � � � �i �'�� � -��� ��L � �� � �`_� � , � � _ �' �,��.�\ � .L N_ONb3 � �--� E'B � � � - _ - � .._� � �� M N ��--/' `�f �� �__ ,�' r- � � � �I i ' �1T�--� ��� �I - �� � `_ �---� -- �-- - ��_�;_ --�� �I �� -�� LS�1b1S � � _ � , ; �l __ 1 _�_ - � ts_osb ���r �- _ - S�JOS313 �3�` � � � - - j�r jll � � � � I � � U � -�- - - ---i �' --....—� �j � i -I -, _� _ 1S NItl�W N� �/' �� � , � I j � � ( � �c'� i � � ?� i , � �'rS ��� � ( _-a / ,� / �.�/ ,! /— !1J� �- I — � �—� ���. ,2�r� � � \ `��,. 1S OlSfAI �_ � ,�-� '� '��� ` � � �y,. � 1� ,�' � ;a� ;�' �'��s�/�, �,� s� �,� �� -�, , I i--- � � ��, �Np� �� 'b; �/�� � � �1_ S �I�LN3� �_ I �/'����;��'� � .S .�� �Pd�� ,� _ z 1 _l_ �. ���� _ � ' ? � S� tl�I� �:�y � GIjQ��f� �,�. �j -� :.1 � i _i_ �� � `G � � � � � - 1 I ,. � r--I I I�����' � � �� � �° , �� � ,� '� � ! ; -� i ; e I � , �� f��?',` _.J �'�� . `I�'� � �� � . _ � � �_ �._:� r � `;,�, i .��.� ,j���- � S_}1�121�a ?i- � � / � _'tS h�1213q321� �' I � I � �� ��T ,,, ,� `��y �� '�. �� ����\,� �� ' � � � � � -�- �(�i! I �,/ / �y ��� ��;�; � �s --- � �I � I � I_�-1 � / � �� `�� �` �`� '�1 I I �_�Z I�VT ' - _ j , � ,� ,��'��` � � �.1=1 � l -J ' , J:S_NIZ�iNNtf_2i� ; '��, � ���; ' �� 1S NIINN� � � � i J t � ��� I � ?/ � � �� ,�� \ � - ...... -, - - -- i--���-� �,� i� � �� I ����,-� �_,_, i �i; � ��' `�% �;���/ �l� � `� \ �_ �� _� �-,� � � '� ' , � i �,� _ �'� ��1 I� � �T1 I i-i 1 i � � � i i I f � � ti � I �,_�_ 1----�i--�, �_ ---- N N m N � � �� Q � � � 0 � � � � O C � � � � y L O � L � � .N... N � � � .N... X N V 'V � � � c O = O � N M � � N @� � c�-6 'D p � N � � L � c- � � � �- c- (A �d� "O •- L fn ■� � � � � � � � � � L� E 7 � E U � � ~ O N � 0 0 � d d d � � d a. � a-°i � a�i ° —° v�i c�v � " o � � �N tn l!� LC) l� Lf� L!") L!� � ' j+ N � ' L � � � � e- � c- � N .� � O � f4 C U C C � 'D w �/� ■� ~� � ^� W � � � � � � � � G � � -� C •tn .� o o � 'o ,� U � � � � f.i. � •L � Q T� � ,� � � � � � � t - O �� � � � m Il o N � �� � � C N � n' � f�0 V - � V ^+ W � — d. 0 C m •� � -a -o cu a � � � W W �L � O O N C � N N O U O � � 1 L L 1 > �� �-. � � � � �-. � � ` � � � � L U � � �; y � o 0 0 0 0 0 0 0 � � � �, . w" � •� � � � � � � � � � :� °o �+ � � :... u°, -o � � °c' `� � � N ;i � N � = c� � ' � @ (n O (� �� � .-- N M � tn CO f� 00 U •� � ..a � a� -p � � � � N a � O � � .�,.� N a. d � d. d � d d .cn � n c >;� � N a� � ■� i i i � i i i � �,' C6 a._ fA.. � O O 'U 'D /� � LC') lf� ln ln Ln LC') t.f) lf� Q �p y "O U Y LL� O �� Q c- � � c- c- �- � � 0 W � � � O O � � � N = O o O � = O � � � � � � � � L N C V � f4 O N O � � 9 a a � � o � o > � .� o .=_ � � w� � ; , �_� � ; . , � , ; ; , C ; ;- ---- � - , , ____., � , ; � �- � � , -� �---�--! ~--,N�! i__ � � _�. ��! 1 �!-� , ---=N,—, _;N� �._ ---- — �---- ' n�1ol-tn� , �" � - -�Z� I 1 1� �� � � � w v� _ i o�, �� � � °� W -i'��'-_�`-, I � `-� ld -01: �Ib= �_Iz� i�- - -- i w � - o� o ;uLL..! ' '�� °_ --- � - W� �-- �--nd — � nd�Ninai 3 ;�N�n�a��► � � � -�- - �1 � - - -- � _�__ _ � � � -- - - _ - ---. � nd 3ida -- __ -- i —��,— � � —I i - � � - J � ' �--� � ' I ��'-�-1-- !-- - - -- ; _ -— Ad a2!_ �XO r�l- _ -- _ � � -- �1. I_� - �°� -� , � - � ^ z' � o-�-,-- � � , � ;� � � � �� ---c� �-�?—�-- `n � `° !� I I d d a d f d a � �a ' � a I� I a ��;�, I ui �n u�� � u�, , � 'n I � � ; L��� �� �-�- �----- ; �- � � � -� A`d � � � � � � %�d(�'dM��l�td_�3,�. � _� — Jlt/M�21t/d � --�� � � i— � � : °° —� I � � �- � -i � ! a11 � ��-' ��n � �� --N�-- a I � 1'i�- cn� E- -- �-- I z �ui � I J_� � � �' cn� , N z� N� N p— ; i i � � �.o I wo ,o w� !z �? _�:—�{ �I � � � �o', �� --,>., 'a�-_--- o�- ;a �r--� j n�dNOSari � ;�� -�o ' ;mj, m---- v� �� �! � r-� ' � 1 � ' �°° � -� � �z w,----cn; � � � �>. � � ��--�z �-� I � � � �_ I �� '�--- ��-- �, � - I �— � W' ' Z~ �� - — � b � ���,{�;�� 1N�` � , , � � _ � 1 a� �_ I _7yy, � �'-�_ `a�-- �� � � � � ` � ��-,����� � � � l � I� ' I I , ; �.-. �y,; I_ ; - - �- -- �=� � � �- k n rl����w i .� �� [� _�� -� ; �,�o� � L j �� ��� �� � �I � i—� I � �'�'� --�� � � _ — �� � � �_� 0 � � � � � Q' ' !�/ � ! I ,� �—_ � , —� I��n.—�� �I � �{i i , �_; i _ N ---r-a -- -�=21� ��J ; i N2l31S3MHt2i0 � i a - �; � 1 {J�-- '� � � � `� � � �� -- -- L `T� � m i I� � � `�.,, ,�---� ;--�-�, , l I i i f `�'�, i� �1 !----� � ___ l� I y � � ^ L � O N � O � o .� � � � � � � L � � f\ � p� p •- 0 �" � ,! � r. m o � 3 , � ? Z z Z �- � � � � � � � "� � u� � � , Z �o .o . � o >, ' �, r � � � � � `— `' � � � z � �p a��°i aXi co � o.v_� U ����°c Z Rf � .� � � � .o a � � �U = _� ` �� O ,1•+ a . L � � •� a� � -a F- n_ � � Q� � � � O j o` � � � c � `Q?� o � o � L `�'� � , m Y � a"i a c°.`!' .o � c c —°' :a .� � � � 3 0 � `�'+ � � � .� � L � o a,� o o � � = U � L p ^ _—. ^ � o � ?� � a = F� v�iu� oaa� O � � G� � � � N ° o O M � c �� � �� � � Q �.= � �i � O •F� � `� N � � � � � .'L cII o o` �� c fQ a � C t��0 0 � %j Z � �' � � � �°n O G� ai c .° -� c�a � .c � o c°� � .� L V '�' O � Z Z Z z Z �� ,C � .�' •o a � �� � � c � �� � � � � � ' � /, — � = � - � Q � � � � � v •� � a � '� � � �`� �� � � _ � �- L' a1 C � "= � V U N � � � L � � � o W 'Q � �.s ��;� � � � � o , I a � � � co �� � a �� ca o Yp .� �2 � X � � o ° �n � a ,� ca a � � � W � j� y � � � � � � N � � a ZQ � � I , r `� ccCQi ` •O � � O � o � "--Q `-- � l� ^ ~ � pOO �IIp � � c�om � (� --'__'._. � � I �z � � � � � �� fQ � I I � _ ---- js NISNO�SIM �_.__�_____-________._ I � � w � � � -° W � � _ , ; -,. I z -- � i , 1 I ' � I a , � �� �' 1S ORIb'�u�� � -___�� c� -l- � --T 1N0 _ -----J �_ ] � a I �� - � _ ' i -_'� � � I �� C I ' � ��� a � i '�� _ �-�ls � � � I � (— .12R13H� Q � 1S N2131S3M � ' + - y z � � � �W � j 'j —� ��� �� I_ � (____'.^ IO I � � i � Z -_-__ '---� - --�V L_.... _ i I � ----__ in �""-- i --_.1�1213811 � ' ���` ..�----_."_ � l l---;----` i '' --- i � 1 , I �° ---�---- _ I �-�, ' / -- � I � rl y���_ � —_ � � --_._-j I � Q ; / � ; ; �� �Z _ - / � Q / ' ���- r��r� �o— o I o--- � I I � } � Q �a s I Z _ w z 1S?lb'Q3� `� > � -_ , M --_"_ I 1 -- I I � Z ' ~i; f , I � I ' �� ' ' 1J�� ^��--_ � ' W '� ' .1/ 1S 111N1b'M � �--� o -T- �-`�"1 , . �,� �¢ ' _N �'-- , �-�•=� �-' � ; ----- �h j��_ � i >>� r � � �.�' ;� i � ; Z � l � �„i J �i _� �� � � �= I i i ' � I � �^---� _ ` � ,o��Pv �� � ;�, � ; �----�- � ' �1 � �� I i ; {--} , � �,^ �-�,,M.,_ -�--� is 3�nads ! � ; � C-;�� �'� ` ` ``� � %.. a , -_�-��-'� ,; \��,i �' - -�_� , , " .-, � � ,'Y,�.,'�l� ,,;..� '\ l � � \.�-� , �; �� � �/� � y .-+ � � 0 � fA L V/ O O O � V p .0 N ... T � u� x � � a� � m -oo •�' � ccuc � � OV � `t u� C E � � E� � � � `o aai � 'L (n � N � � z O aa� � oof6c "- c`� �•- s . � � � � � � ;, � � = N �- � N ,v� � � � � � � °' � �, W O � ��♦ � � � � -� � 'N '� o � � `� � � = V O N U u � � V � 'y„ � � � � ` '°�o .� cE � cq o o � � �� � � � ■ � O � @ � 3o` � coo. v°�-,� � `° O �„J a 1 1 1 � m �i o O � �= p� � � v� � _ � c�a c� � � � ^+ � o C a� • ,� � -� ca a � .«� � 'a � �^, y W •O O O O N 0 •Q� � o � � C >'� C O o O � / ` � — � � `� � •� U �u'. .�� �/ � � � � O � � � •� O -p y0 7 C ` N ` N r �I, ^, Q � � � O � .� .-. cA � � N • � f9 W �' L W � � N M � � cp ,� � , ++ � � � � U '� � � � �- -a � y � s �na ° O � _ ■— y U U U = •`� ca Q� vi y� o o � �' � O -p • � Y U � _ /� U �� lf� lC� lf� � a >, (0 (n i V N '� L f6 C = ii /O '�� Q� e- c- c- � � � � � o � U � N U 0 "� � v � � � � � �nN � co `� "o � � � � "' � L � c � w. ca o a� w- � � a a � � o � o > N .� o .=_ � a w � I ' �I � � � � ` , � I � I ' , I _ a _�-- , - � ____-! �- -�-- � � � W � � , = i � j W � � . � �__ 1-� � L� � 1S N3M08 �., I , _ —_____� , —�� � �� i � i ' _�___� ' � – ' , ; - i i -- ; ' I U I I 1 � I � .. � - I � i� Q 1S S213MOd �w � � T�-r N � � i I z Q IM I W Q ; tV F- j __._—— ( � _ �� —�-- W �- —� Z I ` — W I I � I � __L I � � ls 3oaNOw N� � __ � � ���� �� � � �1 � ' ! --- , , � . , �___ �------ � ,� � , � ` � � � I � � ; ! �� '; � � �, �--- I'-�--J�� I 1--._. -- ' 1S ab0?J8 - -- _---- i ; —� -----� , --, F r a , � � r- � � ; �—� i � i—I-�i-�� —��— ' '�---a T^�' i � �` , , I. , — -�— �—, ^� � � 1$adObB ,."',., I � a + W � ' Z Q' i I N � z � , I I �—,'-i-- w , � -��-;`—w __ I �`�--- � � s � � � ,� C � X � � � y U � � Y. N � Q� � � � O ' � U L � � N � � � r- � °vi '°_� -a =' � ` a `� � ` a C E _ � � � � -o �- o � � ^ � la (n Z� � N � � v ° � c�u >, � N o i �L ti �w+ � N � � N .N o ° oy � � 3 ° y � V O O W U � ' � O N � _ W Y+ � •*d � � � � Q >+'� -p � � "' N O �- C '-' _ a� s � y3o � � a � •� � ;� � �• � � •L lL O O � p�� � (�6 � N � � � � f6 O � M� p ,C 'p "O (0 fl. +-' < i,�+ w! W y� ,L (�6 "O 0 U7 -p � � U � � Q 5 V �V ` ` � � L � y� � G � U m � 5 ` N � c rn � v�i . � L � � •O L� l� � O /� _ ."�-_' ._ N � Cp O +% � N L � � � �J — N � � � � � C "p � �= 'O D U � � � � ,�i� _ � L � N M �� � � °� � v, a� a � N Q (n '�' � Q Q Q V � `� co n� �w� oY •� -o �_i� O � � N LL. LL. IL o W c�a �� � o cn �n -o N � � �a � Q � � � Q � � r � � � � ` � � � � � � =z� � ■N � � � � H ca o 0 0 > �°n � o � m =, 0,. � °- = , ` \ � ` \ --1______ , --,, ---� , ;---- ; ` �' � \� ` _. I � ��` \ I 1 ` ` � _ I _ ls di�ao3� a ----�-- -- I � �, `----------�— � ! � �� ` , > ` Q a 0 � a o o � I u \ Na ` � � � a i � I IN � ` I t+� _----�Q � �—� � � � N l¢L � !� ` � "� 1S NM`d1211tl� �� � �� � ` �— � � ----� 1 � ` —_�, \------�--- , --� � �, 1 , I � � � , i � � �� i i ; � � � ----� ��< <----- ; ,, � s � i T N � O � U p � � � =� �•U O ^ � � V Y N � ' �� � � � ° � � � � N � r. c� y ,. 'a� -o = � � a� � N � M = � � � oo � � ~ � � o _ � � F! z� s � � � � � — a`�i � � � � >. .�. (Q Q� � �n N .N o ° ocn ° � 3 ° N = U L N � � � `- � O � � -o � '�, c"a o .°� acni � -o m M O � = C � � T�° -°� •3 � =� u� o fl- cy � W � � � �L' � � a°'i N � � � m � cN � � �� � ;� �, Q tL o O o� c c � - -o ca o. o � � • •N � Q m o 4- 'i � � � � � � s u � � c°> o O � � � � � y� c � ` V/ � � � �� � •O � ln Ln O � � � +. V) � � 7 C1� N � � •s •a L,. � N � � r- � � � C � .- � � � o � � ra� o � .� � `. c �v � := � � scna (Q � � N � (� aI �n C a c j,� � <n N 'a y = d ' ' � �Y � � � •� .� �, O � � N � � t� L1J m � `� c `ov� `� � � � � m. O � O � � o _ Q. v • �' � � c- � Z� O � o U � O U o Jo � � � � N � oo > v°� � o � c`a � � � � � � � ro o o, w L ��j� � �. ` � - I i� ��_ I N L�-- -- � __J � �'�ls�a�na �� I � � j �� �, i !; �. _ ' ' � ; , � � � � M L '__ .._----- ..I� __.'_— 'r� . I � -- . I '� Q ---�---'-'_"__ 7 ' — I = �'I Z __. N � O � I m � y , O I ''I�� I I N I - I �� j � � __._ I _________� -_-----1 � -- � � —�— - i � ___�__—' I � ; I I I � - � � � i I ' �i ------- i _____---I '; � � I ____�� � �� _- ___ — 1S ddtlN� �--- _---r-----�-- 1� N , i� , s }� /� ` � V/ t/+ v C � N .� .= L ° "��' T N N � \ C ' O /1 N a� � (6 '� p .u� U c6 � -Y . ■� � A! � � y �a� "p = .0 � L � � C� � � � � � V � � � � �O W � y � z � •O � � � �U O � C � V �`- M �/ �— � ` � (0 j, y O W � LL � � V1 •N o ° .� � o .� cc °� -o .�, � � 'L � O > � -6 °c .�' •ro o o y � = U = '� � � ' O � � �,-a -6 ,c°' E a� y u�i o � y - � � � a m LLo t/� � �oa�icn3o �o � a � c � � � � � o O � �� a� � c v� � � � c�,o � ;;, a� •— .� �� -a m � � , � '� � �� ,-. y,� •L � 0 � y C � � �O V O � � �d � �`�/�� V� � 0 Q� � � � � C6 �,.'�... C c C V m � � � �/ � " p � � � •� �O � C � � cn � v�i N O c- � �„r � .r N "� 7 C � , � � ■ i O N � /1 �� � "O � 'w � � � � N � o Q, c.� � � Q � v W '`� ca a•S vi w� `o o .a� a �� O t/� O �- �, � � � '� � ,� U -� � i •— � � � z � ° � _ � �' �' ' o = � a a' � ai � � �° > > � � � Y �' Hcao � o > �°n � o .Ec`o ° ----- I I J� � i � ---- --� a _ � --J ---- � � Is a3�nnes s i N i ___ I �� � I I i � —_ _—_ I Q � _ � a � � -- x — ~ � I � --, � �_�---�- � � � � � -- � ; � - - , ---- - , ; , i , j I ' —� �� i I i i \�� � ( � � I � _� �S Nos�� --- ��. ��_. -��i r--- � - ---- , � I I I I � ; � f � , ___ i ; � � � � y � .-. _-. .-. .-. s . � y � � L!� Lf� ` (n C � � //�1 � .r... .�... � � N � .O .= L � � �, � cp c ' O \V � M � � CO �N � � � O ��, N � C L A ♦, (n fn C� (n � � j � �v � � � 0 �� • 1_ � � ML �y� � Q� y � ui ui in z O � a� � o o ca � .�. � ,� OO � � � � � • � .� � � N � ;, � O W LA L�L � f+ _ � � � � O �> ° � � u�i .� � 3 0 :Q � '' � '/� � co o y � � _ ■� � � v♦ .L' � � Npv� .� a�i � 'aa� O ,� � � fO � � �'O � ,C E � tn tq O � � �� v/ � � � � O � C � �� N � �+�-' � � C fA � �' � �C U :n v � Q � .. N Oc �, •_ _ -� � -� � Q ` C � � .F �� � � c� � � � � o �� � � � � � �� � g � � � N ^ � �� � � .�.i .�i � O � � � .N '0 ~ � C � � �� d � y � � O � � cv ch �t ° � C •� .-_. �n � @ o .c � .�n � � i � Z Z Z Z c � -° � UUa� � n � � Q� N � � � � V •� c � � � ` L � _ � U � Z p �n �n �n � � •`i' � a•c vi y� o o .� a :� � � � c- c- c- c- o W �- �, m v� -� •� �6 �- ,Y � -o O E °� � o ° � a`�ia�ic�n > > G L ■— i � � � � � y � '� � o � � 0 � ° � a � n' t�- cuo � o > v°� .no .� c�`o - w r.i � I - � � I %/ � ( � I / � / ' - 1 % I i�i_ --- / j� — ; I % ;;, , � __ ; / �/ � I N �M - � �, L—�I �� �Z —�� � �� `�� `�� � ��1S`d�iSd2183N ---�_� I ____. �---- � ��> � 3 � a � _ � / � i � � _ , % � '� � � , � :�� I -- � I = a - a I �- �- � � � � � a�i � � � � � � j � __ �� � I --� OREGON ST — -- � � �I i / ! f � ' �- � , ' I� � ' I i �, � , � 1 �� b�_ I i ' �� J - �j , !J _ � � 1 � ' , _ ' � 1 ( � � � f----j � I--i — j � I --- — � � I i � — � j � �_...-- 1 i -�-----� �----- !--- ; ; ----�- �> � a � � N � � � � � L fA ""' � � � N L O O O O N C � @ � � L � (� C'� � � � � � � .N... � @ N � ,Q� � :N � � � L � �� co t� eo rn �- C E � � � c�ic -oF�- `oa°'ip ,� � � � � � L Q� +^J L� IL L� IL L� z Q -o a� � o o � c "' � � O � i� (n Ln Ln Ln �A l� .L� ' � .O N (J (n N j, !n � ^ c- �- r- c- � � �V� � � � (C C V G C � �O w - /�1 iJ i� � = Q > �U � C •v� •� o p N � = U - LLI � � _ � � •L � � � � � � o = � � T� � _cE m � o a� � O � � _ ' L � Q .� � iio y � �= a� � ° �na`6iaai �ca � _ � .� a � � m � o � �.� � � �- � � � � � � . � � � 4- �i ca o �? �° a � c .}� Q� �p � � � � � O C> � � � � � >,� c � � � V O � � � (n O O O O O o Q� s .� 'p ~ � C � N � � w � U = � � � � � � O � _ "' .. N "� @ 7 C � .N � � ;i N � � i N L' L � � N o? � � `� '� c � � ;� -6 � a��i � .� � n. � O � � y ti u� u. u. u. V � •�? ca Q.S vi�� o o '� -a -� LL ++ p �n tn �n �n �n W a �, � �n � � Y m c = � � � � � � O c0 N � � O y tn 'O � ` _ �, O � Q. � � O U � U v�i � � O ^ L � � � � � � � � � � � � 'o � � � � "� m � a s � c V 4- c6 0 � '� � ` a, �- (0 O � O > t� � O C (0 w I � � S `II I ' I i I _ I I - � ` a � I . -- � � � � �w � LL l I LIJ —� 1 � 1____I_---- ! --- -- _. _ 1S NItlW N �j —� —� �- � � m � � i u: � LL� ti •.• 1 � �� LL '' � �_ � LL �� � . _ LL ;4� � �� 0 �� � �� r — �" � �s u� �o �n y I � �-� � o � �, � �� �� o � — � � a � a z � w � — LL � � � I � � � i � � 1 - - - ; , — _ _ � �..�? — � ---------� � ..�-- ;o� �-�- ^ ;zi \ I ,a, `�' I I jp \01 `!Z ------- ��_� � ,�o 1 � f, '1--- — --- IiJ[ I 0 u s �. N - � ++ � � O �, (n L in o � � o .Ea� �- >, a� cn v C x ,�' .0 y U C V O � �� p�� � fC '� p • d � � L � � N N y 'Q� � w' r @ v1 ■� � ' � � � � � U � � ~ O � � L. y.- � z O -aa� � oo c � 4- O � . N � � U <A N j� t� � �� V� � N �U� � p (0 C U C C � "O � }+ � � O ' � '� C _V� � O �i � fA � _ o �n U � (,� 0 �L � � � �� -°6 c' E a? � o a� s = •� y ° , O ; - � M LL O N � � � � � C fn � � N f0 U .n � LY O O C N '� .0 "� "a f9 p, � C f..0 _ = N � �L f6 O � � C (0 � � O V O ,� �C � C Q� � C � F � �w � C � U m � � (n v oo � _ � .� 'N .� � � � � � �� v�i = � U � � � Q � r U '� � C N � � U N ` t y p_ � O N > tn d C T`� s" N N 3 > � N Q°_ � � � O Y •U � °�i, i.i. � O � � W � � � � � � � N � j � ,`n L � � � � � O � �' � U � � O M O �, � �; �� � .` � � � a� L i � � �' c � .� c� o � � t6 � u � a, � � o � o > � .� o .=_ � _ � �, ' � �—��,�j �� \ � �� �� � ~�� ��� � �� �\��l � �� � � , � �� � � �� /; �\ � ��� / � < � �, �\ / \ :/ • '�. / ,-�� � i�'N \ \`\�.../-_ ,_— r' / � �� �.��� i' r,; �—; ; �"�. ,_�.-�T %i //, �, ��J �� �' �/ � � / /�� � i" i �� %����Q%l' Q %� / Q6 f' o �� � �� ,'" / GP�' M �' � t; 5%�� \ � i� i � �� �/ %l� / �\•,�� i' ,; / .; i" /,, %, �/, / � / / — ,\ � � f \ � > , � Q I - � �� I J � � HW � N � � � � i � I � — � � ( ! ���'� i i � \ � m ry d � L O � (/� L �}�� p � @ � o .= � � U �� o V! � Q.D � � -� O (A � � Y . `"� � � � ... � f6 � � L N C E � � EcfOic -� �" `oa�i � ■� � � 2 O -om � oof6c "' � �- L. � � z � • a� � a� � v� m >, � v� o 0 � N r- N ,N 0 0 � � o c�i c � � � ;�' .� � C � � c `n �-. � oN � U t, � � � � � - � V „� N �L � � � � >,� '6 3 o cc � p a c ... � (� 0 ti o V� � ca � � c`o c N m °' � �6 v N . � Q �L � � m o Q C a��i •� .� "a � � � a p � � (n � L y— �i. � oo .�' � c� a� a� o � o � •i-+ V �O ^ O d � � � � � �� c � � � � � � � � � ' � W �/ � � O � � y '� N � � � � � � � � ,2 �i U ■� � � � � � � 'O � "� C) C) � L � � ,ri i i •� C � � � (� N a :� � � � N U = '� � o-� � � � ° Y � -ri � � � Q � ° W � � @ � � � a�'i � � � o `s O � Z � � � c� vi � vw- n � t� � dj Cp � .0 � 7 U N L' a � F- t6 O � O > t�i� .a O � c0 0 li. " ( � � � �� II I _ ,--� 1 a� �--...---� — —__..__ -- � �S�aei N � � � � � ►, �l i � � � � � � � � � � � � � � � �; _ � � �� 1S�iMb'H �� 1S�iM`dH __ �---- — — I -- � � I I Ii � � i _ ---=, � �--- �- � �� � � '� � Ci18Ni LOD OP BORINO NUMBER•�$ Ciry of Oahkosh 7 E e ase Aven e PROJECT NAME ARCHITECT/ENGINEER 2010 North Side 5treeE Constructlon SITELOCATION .�,UNCONFI fDCONPRH SIV� TREh'OTII Oshkosh,Wfsconsln TP"$'�z a 4 c � � PLASiIC VJATF1i LIQUID LIMIT4L COMENTti LIMVT4S � � � � DE3CRIPTIONaFMATERIAI. � � �"'""'"'"r—'"""� < �„ 10 20 30 40 bp 6TANDARp SURFACE ELfiVA7tON: R, �� � � P20N6TRA7�tOkBLO�W&� 0.8 � -8 nc es Reddieh brotim sfl#y clay{CL)-wllh lrace af eand and 1 ss iine prevei•molet-very sliff lo hard � tn ss t�.1 �+ r . * 2 SS e� �[4 ! I 1 1 * 3 SS t� 11 * :� , �l �l ;` * 4 SS sq � 8 * . I l . 1 Brown sliiy day(CL)-wilh trace of sand and Rne 8ravel * 6 ss -moist•verysiifftohard <1 �23 13.0 Oray sBT(ML)-molst-very sllH * 8 SS p � Brown e lty c[ay(CL - trace o Me ea -mo st• * en ss very slHf to hard <� �tz * 16.0 nd o o ng * Vbrat d Pen Irom r Bodng advanoed wilh soHd-stem augar Bor�ng bac�sfilled wlth 3!8°chlpped bentonita The sUaitAcallon Nnes repreaent the eppro�mate boundary Iines behveen so11 typee: !n sElu,lha transltlon mey 4e gradual, ,�1. � Ws BORIN08TARTE y1812010 � 0 AB ��N�COMPlEL�1�l2010 EHTEREnav 8HEETNO, 1 OF ' ZI y� RIWFOREMAN APPO B DATE(MM/DDM'Yl') A�°� CERTIFICATE OF LIABILITY INSURANCE 11I05/2014 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, EXTEPID OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BEIOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sj, 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 CON AC M8f5h USA I�C. NAME: 1717 Arch Street aC NNo Ext: ac rto: Philadelphia,PA 19103 E-hulL Attn:Philadelphia.Certs@Marsh.com Fax:212-948-0360 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# J19623-PPrPo-GAWUP-14-15 iNSURett a:Travelers Property Casualty Co.Of America 25674 INSURED iNSUReR s:Charter Oak Fire Insurance Company 25615 PROFESSIONAL SERVICE INDUSTRIES,INC. 1125 W.TUCKAWAY LANE,SUITE B �NSUrtEtt c:Arohitects and Engineers Insurance Company(AEIC) MENASHA,WI 54952 INSURER D:NIA N/A INSURER E: INSURER F: � COVERAGES CERTIFICATE NUMBER: CLE-oo4156524-03 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 WHI.CH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED �`( THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY.PAID CIAIMS. INSR 7ypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR NS WV POLICY NUMBER MM/DD MM/DD/YYYY GENERAL LIABILITY EACH OCCURRENCE g 1,000,000 A X COMMERCIAL GENERAL LIABILITY TC2JGLSA6042X73ATIL14 03/01/2014 03/01/2015 pREM SES Ea occu D nce S 1,000,000 CLAIMS-MA�E � OCCUR MED EXP(Any one person) g 5,000 X PROD!COMPLETED OPS. PERSONAL&ADV INJURY 5 1,000,000 X CONTRACTUAL GENER,4L AGGREGATE 5 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG 5 2,000,000 POUCY X PRO- LOC � A AUTOMOBILE LtABILITY TC2JCAP6042X741TIL14 03101/2014 03/01/2015 COMBINED SINGLE LIMIT Z,000,�00 Ea accident 3 x ANY AUTO BODILY INJURY(Per person) 5 ALL OWNED SCHEDULED 80DILY INJURY(Per accident) S AUTOS AUTOS NON-OWNED PROPERTY DAMAGE 5 HIRED AUTOS AUTOS Per accident 5 A X UMBRELLA LIAB X pccuR ZUP-12S73876-14-NF 03/01/2014 03/01/2015 E,o,CH OCCURRENCE s� 2,000,000 EXCESS LIAB CLAIMS-MADE � AGGREGATE 5 Z,OOO,OOO DED RETENTION$ 5 g WORKERS COMPENSATION TC20U8824K294A14(AOS) 03)01/2014 03/01/2015 X WC STATU- OTH- AND EMPLOYERS'LIABILITY TORY IMI 5 R 8 ANY PROPRIETOR/PARTNERlEXECUTIVE Y I N TROU68042X76514(AZ,MA,OR,WI) 03/01/2014 03/0112015 1,000,000 OFFICER/MEMBER EXCLUDED9 � N�A E.�.EACH ACCIDENT 5 (Mandatory in NH) E.L.DISEASE-EA EMPLOYE S 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 5 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,Adtlitional Remarks Schedule,ff more space is required) RE:Geotechnical investigation including eighty-three(63)soil borings for three city contracts(15-04,15-05,75-07) City of Oshkosh,and its officers,council members,agents,employees and aut�orized volunteers are included as AddiGonal Insured where required by written contract,but only to the extent of their liability resulting from the negligence of the Insured and with respect to services provided by the Insured for the Additional Insured,except for Workers Compensation and Professional Liability.The above General Liability policy is Primary and Non-Contributory where required by written contract CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELIED BEFORE Arin:CityClerk THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Avenue ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 1130 OShkOSh,WI 54903 AUTHORRED REPRESENTATIVE of Marsh USA Inc. Manashi Mukherjee .�'La.uxsti..� O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/OS) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: J19623 �oC#: Philadelphia AlCO/ � ADDITIONAL REMARKS SCHEDULE Page 2 of 2 v NAMEDINSURED aGENCY PROFESSIONAL SERVICE INDUSTRIES,INC. Marsh USA Inc. 1125 W.TUCKAWAY tANE,SUITE B MENASHA,WI 54952 POLICY NUMBER . NAIC COOE CARRIER EFFECTNE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liabilit Insurance CONTRACTORS POLLUTION LIABILITY: $1,000,000 EACH LOSS $1,000,000 AGGREGATE Deduclible:$25,000 Policy number CP015761058 Effec6ve Date:03/01/2014 Expiration Date:03/012015 Camer:Lexington Insurance Company ACORD 101 (2008/01) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDpRSEMENT CHANGES THE PO�ICY. PLEASE RE ' AD IT CAREFULLY BLANKET ADDITIQNAL INSUR {CONTRqCTO ED RS� This endorsement modifies insurance provided under the foilawin ; COMMERCIAL GENERAL LIABILITY COVERAGE PART �• WHO IS AN INSURED — {Section II} is amended to include any person ar organization that yoU c} The insurance pro�ided to the additional in- agree in a "written contract requiring insuran�e" sured does not a to include as an additional insured on this Caver- p��y t° °b°dily injury" or ��P►"aPenY damage" caused by "your work" age Part, but: and included in the "products-completed op- a} Only with respect to liability for"bodily injury", equi�r ng hnsuran enI specifcall�r�tten contract "property damage"or"personal in'ur °- J y , and to provide such coverage for that additi nal b) If, and anly to the extent that, the in'u insured, and then the insurance provided to damage is caused b � ry °r the additional insured applies only to such y acts or omissions of you or your subcontractar in the perFormance 'bodily injury" o� " ro ert °f ��Y°U� wo►ic" to which the " curs before the end op tfie per od of thme for requiring insurance" applies. Thteen contract person or ���h the "written contract requiring insur- organization does not qualify as an additional ance" requires you to provide such coverage insured with respect to the independent acts or omissions of such person or organizatian. °� �e end af the policy period, whichever is earlier. 2. The insurance provided to the additianai insured 3• The insurance provided to the additional insured bY this endorserrient is limited as follows: bY t1�►is endorsemenf is excess over any valid and a} In the event that the Limits of Insurance Qf callectible °ott�er insurance" this Covera e Part shown in the Declarations excess, contingent ar on any�otherbasisprth t s exceed thegimits of liability required by t►ie ��a�abUn ta the additional insured for a loss w "written contract requiring insurance", the in- e der this endorsement. However, if the surance provided ta the additional insured requires thatrthisr nsurance apa� �o�specifically shall be limited to the limits of liability re- basis or a quired by that "written contract requiring in_ prima P Y a primary surance", This endarsement shalf not in_ this insurance �S ry and nan-contributory basis, crease the limits of insurance described in that person or or a'Imary to "other insurance" available to the additional insured which covers Section III—Limits Of insurance. 9 zation as a named insured for such loss, and we will not share with that �} The insurance provided to the additianal in- "other insurance". But the insurance provided to sured daes not apply to "bodily injury", '+prop- e►-ty damage" or " „ the additional insured by this endorsement stiil is personal injury arising out excess o�er any �alid and collectible "other in- af the rendering of, or failure to render, any professional architectural, engineering or sur- Surance"; whether primary, excess, contingent or on any other basis, that is a�ailable to the addi- �eying services, including: tional insured when that person or organization is �. The preparing, appro�in an additional insured under such "other insur- prepare or a g� or failing to ance". pprove, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, 4 AS a condition af co�erage provided to the additional insured by this endorsement: approving, or failing to prepare or ap- a} The additional insured rnust give us pro�e, drawings and specificatians; and ii. Superviso notice as soon as practicable of an "ocicurn ry, inspectian, erchitectural or rence or an offense which may result in a engineering activities: claim. To the extent possible, such should inc(ude: hotice CG D2 46 08 05 �2005 The $t. Paul Tra�elers Companies, Inc. Page 1 of 2 GOMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" any provider of "other insurance"which would or offense took place; cover the additional insured for a loss we co�er under this endorsement. Howe�er, this ii. The names and addresses of any injured condition does not affect whether the insur- persons and witnesses; and ance provided to the additional insured by iii. The nature and location of any injury or this endorsemeM is primary to "other insur- damage arising out of the '`occurrence" or ance" available ta the additional insured offense. which co�ers that person or organization as a b) If a claim is rnade or"suit" is brought against named insured. as described in paragraph 3. the additional insured, the additional insured abo�e. must: 5. The following definition is added to SECTION V. i. Imrnediately record the specifics of the — DEFINITIONS: �laim or"suit" and the date received;and "Vlfritten cantra�t requiring insurance" means ii. Notiiy us as soon as practicable. that part of any written contract or agreement under which you are required to include a The additional insured must see to it that,we person or organization as an addifional in- recei�e written notice of the claim or"suit' as sured on this Co�erage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit"; cooperate a. After ihe signing and execution of the with us in the investigation or settlement of contract or agreement by you; the clairn or defense against the "suit"; and b, V1lhile that part of the contract or otherwise comply with al( policy conditions. agreement is in effect; and d} The additional insured must tender fhe de- fense and indemnity of any claim or "suit" ta c. Before the end of the policy period. Page 2 of 2 O 2005 The St. Paul Travelers Companies,lnc. CG D2 46 08 05 R RE����E� ' �,t INDUSTRIAL WASTE & DISPOSAL SER IC Exhibit A ` �`� ` '� AGREEMENT MIAf7E MAMA�i EMEI�Ii 0 C T 2 4 2 U 14 DEPT. O� PUBLIC t/VC7RK5 K CUSTOMER INFORMATION GENERATOR INFORMATION PROFILE NUMBERs: DC115426WI—DC115430WI If different from Customer Information —BI0115434WI City of Oshkosh Ci of Oshkosh De t.of Public Works DISPOSAL FACILITY: V211@ TPell RDF 215 Church Street Contract 14-17 Marion Rd Storm Sewer EXPIRATION DATE:9I1112015 Oshkosh,WI 54903 Outfall Pro'ect PO NUMBER: Contact Name: James Rabe Oshkosh,WI 54901 Contact Phone: 920-236-5065 Service Material/Ticket Description Anticipated Volume Rate 1 UOM I Minimum Information Disposal: Petroleum Impacted Soil—B10115434WI 1,500 tons $26.50 per ton/no minimum Solvent Contaminated Soil—DC115430WI 1,500 tons $19.00 per ton/no-minimum Fill Material Soil—DC115426WI 1,000 tons $19.00 per ton/no-minimum Profile Fee: N/A Transportation: N/A Tax: N/A Fuel Waived Environmental: Waived Dig-out(frozen load): $100.00/load Washout Fee: $100.0011oad Cer6ficate of Burial/Destruction: $50.00/each event Containers provided by WM: QU811t1�/: NIA Size: NIA Quantity: NIA Size: NIA -Acceptance of waste is contingent upon the completion,submittal and approval of special waste profile sheet, required analytical,Industrial Waste&Disposal Services Agreement(ISAj,and Exhibit A. All loads must be Additional manifested. Confirmation will be sent to customer upon approval to ship into designated facility. InformationlSpecial .prices quoted herein are valid for 30 days from Friday,October 24,2014 unless Waste Management is hired for this Handling: project prior to the expiration of this 30 day period in which case pricing remains valid in accordance with the terms of the Service Agreement -The fuel surcharge percentage can fluctuate on a weekly basis;www.wm.com provides the current Fuel Surcharge and DOE average. The actual percentage rate applied to the total project invoice will be determined the week that the invoice is generated. -If Waste Management(or a Waste Management contracted hauler)is NOT providing the transportation services,you must ensure that the transporter is licensed and approved to haul the Special Waste or Hazardous Waste. -Please see rofile a roval form for s ecial handlin instructions. THE WORK CONTEMPLATED BY THIS EXHIBIT A IS TO BE DONE IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE INDUSTRIAL SERVICES AGREEMENT OR OTHER CONTRACTUAL AGREEMENT BETWEEN THE PARTIES DATED: COMPANY Waste Management of Wisconsin, Inc. CUSTOMER By: ��Q �� 10/24114 By: � C I Name: James Barnes Date Name: D e Title Industrial Account Manger Title: (800)WMDisposal or(800)963-4776 0 Waste Management,Inc.(rev.2/2003) Exhibit A-INDUSTRIAL WASTE&DISPOSAL AGREEMENT Signed for and in behalf of the City of Oshkosh ��--� ,�. � Mark . Rohloff, City Manager ` _ � Pamela R. Ubrig, City ler i enson, Ci ttorney Trena Larson, Director of Finance I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. lA l���s E������� � I � A 9;P {� a ;�� ` ,,L3- S� L1 j IJi= r'U°�'`-`` ;; .a7L�,vJ �Fp i• JVIS��' (� �5�1'�:OSN; � ��l ' ��c� 1� ��---�-� � � � �, ,,��; In�far��ation I '�'r� �To�uild 4n �' - Engineer�ng • Consulting • Testin9 � � PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL � ENGINEERING SERVICES City of Oshkosh 2015 Capital Improvement Projects � ' � �Q � 1� �- Y � Prepared for: City of Oshkosh � � Department of Public Works ' � 215 Church Avenu e ��� � P.O. Box 1130 1� � � � Oshkosh, WI 54903-1130 � • , � '�.i � October 27, 2014 ����t �,'� � PSI Proposal No. PO-0094-fi36856 �ra�Jc r � � � �