Loading...
HomeMy WebLinkAboutProfessional Service Industries, Inc . 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: April 14, 2015 Professional Service industries, Inc. Sub'ect: Executed Agreement 608 North Stanton Street Construction Materials Testing for Ripon, WI 54971 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 Descri tion 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 construction materials testing 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: Tracy L. ylor I:\Engineering\Dansity Tasting�2015\Proposal Phase\PSI LOT-Executed Agreament_4-14-15.docx AGREEMENT This AGREEM�NT, rnade on ttte S� day of , 2015, by and between the CITY �F OSHKOSH, party of the first part,—�after referred to as CITY, and PROFESSIONAL SERVICE INDUSTRIES, INC., 608 North Stanton Street, Ripon, WI 54971, 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 foliowing AGR�EMENT for CONSTRUCTION .MATERIAI.S TESTING FOR THE 2015 CAPITAL IMPROVEMENTS PROGRAM. ARTICL.E I. PR�JECT MANAGER A. Assignment of Project Manager. The CONSULTANT shali assign the following individual to manage the PR�JECT 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 far any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATlVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: f'eter Guibronson, 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. CfTY 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 wiil be made through art amendment to this AGREEMENT. All reports, drawings, specifications, computer files, field data, no#es, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. 1:1EnglnseringlDenslty 7esUng�20151Proposal Phase1P51 Agreement_3-20-16.dacu Page 1 of 6 . ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of ski11 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 nof ineeting this standard without additional compensation. ARTICLE V OPINIONS OF COST FINANCfAL CONSIDERATEONS, 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 pertormance by operating personnel or fhird 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 CONSUI.TANT maices no warranty that the CITY's actual project costs, financiaf aspects, economic feasibility, or schedules will not vary from CONSUL.TAIVT's opinions, analyses, projections, or estimates. ARTICLE Vl. 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 af the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSUI.TANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonabl� time period. ARTICLE VIII. ASB�STOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSUI.TANT will stop its own work in the affected partions 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 additiona� fee and contract terms to be negotiated. 1:1EnginearingU�ensiry 7esUnp12015tProposal Phasa\PSI Agreemant 3•20-16.docx Page 2 of 6 If hazardous substances other than asbestos are suspected, CONSUL.TANT will, if requested, conduct tests to determine the extent of the �robiem and will perform th� 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 sife originated by other than the CONSU�TANT. ARTICLE IX. CITY'S INSURANCE CiTY wilf maintain property insurance on ail pre-existing physical facilities associated in any way with the PROJECT. CITY wifl 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, CI7Y will pravide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGRE�MENT shall be commenced and the work completed within the time fimits 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 directfy or indirectly from any delays for causes beyond the CONSUi.TANT's control. For the �urposes of this AGREEMENT, such causes include, but are nat iimited to, strikes or other labor disputes, severe weather disruptions ar other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. 1f the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, #he CONSUI..TANT shall be entitled to an equifable 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 aut verbatim, or if not attached, as if hereto attached: 1. This Insfrument 2. CITY's Reguest for Proposal dated February 26, 2015 and attached hereto 3. CONSULTANT's Proposa!dated March 5, 2015 and attached hereto I:IEnglnaaAnglUansity TasGng120151Proposal phasalPS1 Agraement 3-20-15.docx Page 3 of 6 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 Surri. The CITY shall pay tq 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 $59,512.50 (Fifty-Nine Thousand Five Hundred Twelve Dollars and Fifty Cents). • Attached fee schedules shaU 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 sta#ement amount is disputed, the CITY may withhold payment of such amount and shal! provide to CONSUI.TANT 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 pa►ties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as compuier time, printing, copying, cell phone charges, telephone charges, and equipment renta! shafl be considered overhead and shall not be invoiced separafely to the PROJECT. E. Expenses. Expenses may be billed with up #o a maximum of 10% maric-up. All invoices with expenses shall include supporting documentation of the expense. Failure ta include the supporting documentafion will result in the reduction of payments by the amount of those expense(s) nvt including documentation. ARTICLE Xlli. HOLD HARMLESS The CONSUL.TANT 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 af fhe CONSUL.TANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remofely to the performance of this AGREEMENT or be caused or result from any vioiation of any law or administrative regulation, and shall indemnify or refund to #he CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obfiged or adjudged to pay on any such claims or demands wi#hin 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. I�IEnglnearinglDensity7astingh20751Proposel PheselPSl Agreamen�3•20-1b,docx Page 4 of 6 Subject to any limitations contained in Sec. 893.80 and ar�y similar statute, of the Wisconsin Statutes, the CITY furfher 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 faunded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of OshScosh while acting within the scope of their employment, ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICIE XV. TERMfNATION A. For Cause. If the CONSUI.TANT shall fail to fulfill in timely and proper manner any of fhe obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the C�NSULTANT. fn 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 CONSU[.TANT shall be entitled to compensation #or 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 far this PROJECT, whether the PROJECT is comp3eted or not. CITY agress to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from alf claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or refated 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 cantract price and schedule shall be equitably adjusted. 1:1EngineeringlDensity 7asOng1201b1Proposal Phese�PSl AflreamenL3-20-16.docx Page 5 of 6 ARTiCI.E XVIII. N4 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: CONSULTAN'C �y: (Seal of Consultant �� if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKC?SH gy: ��� . (Witness) . Cit gEr , .........__..._..., X L�. .. . . And: � �� ��` \� �/��� (Witness) Pamela R. Ubrig, City Clerk � APPROVEQ: 1 hereby cerfify that the necessary provisions have been made to pay the liability which wilf accrue under this AGREEMENT. torney � � . ��i1S�fl�'2 +.��.:11►'�'� City Compfroller I:�ngineering�Densiry TesGng�20151Proposal pheselPSl Agreemant_3-20•15.docx Page 6 of 6 Taylor, Tracy L From: Gulbronson, Peter P. Sent: Thursday, February 26, 2015 3:43 PM To: Gulbronson, Peter P.; 'Timm, Paul'; 'Roxane Fitch'; 'dhassman@888geotest.com'; 'Paul.Eggen@omnni.com'; 'gowens@amengtest.com'; 'nayan.saha@gestrainc.com'; 'Matthew Henderson' Cc: Gohde, Steven M.; Taylor, Tracy L; Rabe, James E. Subject: RE: Request for Proposal-Construction Materials Testing for the 2015 Capital Improvement Program Attachments: Corrected Scope of Servcies Construction Materials Testing.pdf Please see the correction below. Proposals shall be due on Friday March 6th by noon. A new scope of services is attached to this email. Please disregard the previous Scope of Services. Sorry about that Pete From: Gulbronson, Peter P. Sent: Thursday, February 26, 2015 3:04 PM To: 'Timm, Paul'; 'Roxane Fitch'; 'dhassman@888geotest.com'; 'Paul.Eggen@omnni.com'; 'gowens@amengtest.com'; 'nayan.saha@gestrainc.com'; 'Matthew Henderson' Cc: Gohde, Steven M.; Taylor,Tracy L; Rabe, James E. Subject: Request for Proposal - Construction Materials Testing for the 2015 Capital Improvement Program Dear Perspective Bidder: The City of Oshkosh is hereby requesting proposals be submitted for Construction Materials Testing services related to the City's 2015 Capital Improvement Program. Questions regarding this request for proposal shall be emailed to me at pgulbronson@ci.oshkosh.wi.us(with the subject heading of"2015 CIP Construction Materials Testing RFP Questions") by 12:00 p.m. on Tuesday, March 3, 2015. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 4:30 p.m. on Wednesday, March 4, 2015. Please submit four(4) hard copies of the proposal to my attention no later than 12:00 p•m•on Friday, March-8, 6, 2015. Enclosed with this letter are the Scope of Services, Proposal Cost Breakdown,Sample of the Standard Engineering Services Agreement, and Insurance Requirements. The information contained within these attachments shall become a part of the Contract with the Consultant selected to perform the Services. Please acknowledge receipt of this email and four attachments by replying back to me. Pete Gulbronson, P.E., C.D.T. Civil Engineer Supervisor 215 Church Avenue P.O. BOX 1130 Oshkosh, WI 54903-1130 Main Office (920)236-5065 Direct Line (920) 236-5063 Fax(920) 236-5068 Email: pgulbronson(a�ci.oshkosh.wi.us i _ SCOPE OF SERVICES CONSTRUCTION MATERIALS TESTING 2015 CAPITAL IMPROVEMENT PROGRAM This contract is to provide utility nuclear density testing services of utility trench backfill, laboratory testing and other field testing of these materials as necessary. Responsibilities include providing qualified timely response, daily coordination and communication with contractors and city staff, and prompt professional reporting of test results. 1. Background A. The following City of Oshkosh projects are planned to be covered under this contract: i. Contract 15-04—Paving, Sidewalk, Driveway, and Utilities/First Local Street Concrete Paving Program—East Side Area—Parkway Avenue and Mount Vemon Street a.Mount Vernon Street(Washington Avenue to E. Lincoln Avenue) b.East Parkway Avenue(North Main Street to Bowen Street) ii. Contract 15-OS—Paving, Sidewalk,Driveway, and Utilities/Second Local Concrete Paving Program—North Side Area—New York Avenue, Custer Avenue, and Graceland Drive. a.West New York Avenue (Spruce Street to Wisconsin Street) b.Custer Avenue(Broad Street to Bowen Street) c. Graceland Drive(Graceland Court to Greenfield Trial) iii. Contract 15-07—Miscellaneous 5anitary Sewer and Water Main Relays a.West 6�'Avenue(Mason Street to Sawyer Street) b.Fairlawn Street(Florida Avenue to West South Park Avenue) c.West South Park Avenue(Fairlawn Street to Georgia Street) d.Westl2th Avenue(Knapp Street to Georgia Street e.Nebraska Street(West 5�`Avenue to West 8�'Avenue £ West 6`�Avenue (Point West of Oregon Street to Oregon Street) g.Hawk Street(Water Main Crossing of Sawyer Creek) iv. Contract 15-28—Butler Avenue&Pickett Avenue Utilities v. Contract 15-29—Water Main Extension a.Quail Run Drive to Bromfield Drive B. The 2015 Capital Improvements Program is subject to change. Projects may be added or deleted based on the needs of the City of Oshkosh. Work listed throughout this RFP is not guaranteed. The City reserves the right to send out additional RFPs. 2. Testing and Reporting A. All tests and reports shall be in conformance with the latest ASTM Standards. The selected consultant will be responsible for providing all necessary forms for labeling of samples and Page 1 of 6 documentation of test results. Test results shall include the location, sample number, and be separated per City Contract number. B. Soils and Aggregate Testing Provide the necessary labor and equipment for onsite nuclear density testing of utility trench backfill and associated laboratory material testing. Specifications will be based on the City of Oshkosh 2015 Standard Specifications and each contract's special conditions. The testing firm shall obtain all test samples from construetion sites throughout the city and may be required to obtain samples from various source sites. At a minimuxn, keep all lab samples until the end of each contract. Nuclear density testing will be performed on an as- needed basis dependent on the contractor(s) schedule. As a reference, based on years past, a field density testing technician was required almost daily throughout the construction season. It is the testing firm's responsibility to verify the contractor's schedule and to coordinate with the City of Oshkosh Inspectors/Engineers daily. This year's season is anticipated to commence in mid-March and continue through October. Nuclear density tests shall be located by project station, elevation, and utility trench type. The density testing technician shall notify the City Inspector and appropriate contractor of all failing tests. Failing areas shall be re-compacted and re-tested until passing results are achieved. All tests shall be documented. In addition to the utility trench density testing, assist the City of Oshkosh Inspector on inspection of backfilling operations per the City of Oshkosh specifications. Work with the Contractor by providing ideas and methods of improving compaction if necessary. C. Reporting i. Technician Daily Reports a.Technicians will be required to document their activities through a daily report. These reports shall include the date, a detailed summary of the activities taking place for which they are inspecting/testing,the technician's arrival and departure times, and other pertinent information as standard with this type of reporting. There shall be a separate daily report for each city contract worked on that day. Daily reports can be hand written, but must be legible. The technician shall document any observations, conversations, suggestions, etc. during the construction site visit. ii. Material Test Reports a.Material test results shall be emailed in .pdf format to the City Project Engineer within 48 hours of notification of sample pick-up unless lengths of the test dictate otherwise. iii. Summary Reports a.Monthly testing summary reports during construction shall include a written summary, any material test results from that time frame, an updated typed compaction results log, and the technician's daily field reports. All reports shall be signed by the appropriate signing authority of the selected firm and the project manager. Separate reports shall be generated for each city contract should multiple projects occur during the same time interval. The monthly summary reports shall be submitted in Page 2 of 6 conjunction with the contract's respective invoice. A final report shall be prepared upon the completion of each individual city contract. b.All reports shall be typed in a professional manner according to industry standards and can be emailed to the City Project Engineer in .pdf format. iv. Periodic Updates a.Additional email correspondence or summary reports may be necessary depending on certain situations. The testing firm's project manager shall notify the City Project Engineer of any issues throughout construction. 3. Proposal Cost Breakdown A. The Proposal Cost Breakdown sheet shall be filled out and included in the proposal. B. A description of each item is as follows: i. Roundtrip Charge — includes the technician's travel time and mileage to and from the City of Oshkosh each day services are required. The roundtrip charge shall also include any office time required by the technician prior to or after the day's field activities. ii. Field Time — includes all necessary labor costs while testing in the City of Oshkosh including travel time between various projects. Travel time shall be split equally between projects and documented in their respective daily report. The City Inspector shall be notified upon arrival to and departure from the contract project site per visit. The City Project Engineer shall be notified by phone upon arrival to and departure from the City per trip. The field time hourly rate will apply even if overtime is worked by the technician. Some overtime is expected due to the tight construction windows placed upon the contractors. iii. Equipment Rental — includes all necessary rental charges for equipment and materials that will be used in the performance of the testing requirements. iv. Vehicle Rental—includes vehicle rental charges while in the City of Oshkosh. Mileage traveling between projects throughout the day will not be considered. Vehicle costs incurred while traveling to and from the City shall be covered under the Roundtrip Charge. Rental time shall match the technician's onsite field time for that day. v. Sieve Analysis of Aggregate —includes all necessary labor and equipment to provide a sieve analysis per the latest ASTM standards and to compare with the contract's material specifications. Cost to also include report generation and distribution to City and contractor personnel. vi. Modified Proctor Density Test(aggregate)—includes all necessary labor and equipment to provide a modified proctor density test of aggregate per the latest ASTM standards. Cost to also include report generation and distribution to the City. Page 3 of 6 vii. Trench Backfill Testing Reports — includes all necessary labor and material costs to provide monthly summary reports. Reports to include a written engineering summary, material test results, an updated running log of the compaction results, and the technician's daily field reports for the respective period. viii. Engineer Consultation — professional engineer's labor rate with a geotechnical and materials background should services be requested for consultation or to attend any meetings. Engineer consultation time should only be used with approval from City of Oshkosh Project Engineer. ix. Project Manager — City approved project manager's (geotechnical and materials background required) labor rate. This contract will allow up to a total of 2.5 hours per week without prior approval from the City of Oshkosh for project coordination, scheduling, and other duties as necessary. This person will be asked to attend the contractor's Pre-construction Meetings and will be paid for according to this hourly rate. Additional time per week for normal project management shall be considered incidental to the contract. x. Response Time—time it will take the consultant to mobilize a technician from the home office to a particular construction site in the City of Oshkosh if notified by the City or contractor that their presence is required. An important factor in the selection of the consultant is their ability to be responsive should their services become necessary on short notice. 4. AdditionalInformation A. The technician will be required to be onsite on an as-needed basis per the contractor's schedule and/or at the City's request. Typically, a technician will not be onsite every hour that contractors are working,but rather during backfilling operations. B. There are times when an additional technician may be needed. This would primarily be during asphalt paving operations or during clay liner installation that take place concurrently with multiple utility projects. 5. Additional Proposal Requirements A. In addition to the requirements listed throughout this Request for Proposal, each respondent shall include the following: i. Prepare a summary of the firm's understanding of this proposal. ii. Provide a brief description of the respondent's organization. iii. List the planned project team and their respective resumes including relevant experience and training. Specifically provide the names/titles of personnel assigned to each task including the Project Manger. It is required that the proposed technician have previous experience with utility trench construction. It is desired to have a mid to senior level technician. Should the need arise for a replacement technician during the season; the Page 4 of 6 City of Oshkosh Project Engineer shall be notified for prior approval. Include names and resumes of any potential replacement technicians in the proposal. iv. Provide a list of recent projects of a similar nature and capacity the respondent has been involved. v. Furnish a list of at least three (3) references that will be able to verify information supplied in the proposal. B. The proposal shall also include fee schedules for laboratory testing including additional testing required for clay liners per the WDNR Technical Standard 1001, standard asphalt testing, various levels of engineering rates, and other construction testing services not covered specifically in this proposal. 6. Invoices A. The consultant shall submit itemized monthly statements for services. Separate invoices are required per city contract. Invoices shall be emailed to the City Project Engineer within one week after the end of the previous calendar month. Required back-up information is as follows: i. Monthly reports shall be utilized as back-up documentation. Time periods on the monthly reports and the invoices shall be the same. ii. For any approved consultation or additional project management time, include the date, a description of the discussion and/or activity and the name of the city staff person and the consultant's staff involved in the discussion. B. Additional invoicing and payment requirements are stated in the Agreement Form. 7. Contract Award A. The contract will be awarded on a time and materials basis with a not to exceed total. Changes to the contract will be completed per the requirements set forth in the City of Oshkosh Agreement document. Indicated quantities in this RFP are only an estimate and are not guaranteed. B. By providing a signed proposal, the respondent is acknowledging they will work solely under the terms and conditions of the City of Oshkosh and if selected, will provide insurance documents according to the attached requirements with the signed contracts within a week after receiving the official contract paperwork from the City of Oshkosh. Besides prior negotiated agreements between the consultant and the City of Oshkosh, a consultant's terms and conditions will not be accepted as part of the contract. C. The information contained within the signed agreement form, the RFP with its attached documents, and the consultant's proposal shall become a part of the Contract with the Consultant selected to perfortn the Services. D. The proposals will be reviewed for completeness and how well it is demonstrated that the needs of the City of Oshkosh can be met. The award of this work will not be based solely on Page 5 of 6 cost of the proposal, but will place high value on the ability to provide timely responses and technician experience with this type of work. 8. Project Schedule A. It is anticipated that the City will make the selection by March 13, 2015 with construction scheduled to begin on or around April 6, 2015. The contract will terminate December 31, 2015 or upon the completion of any testing project started in 2015. The City of Oshkosh maintains the right to terminate the contract if the consultant does not respond as stated in the accepted proposal. 9. Method of Response A. As stated in the email, questions regarding this RFP shall be emailed to pQulbronsonn,ci.oshkosh.wi.us by 12:00 p.m. on Tuesday, March 3, 2015. The subject heading of the email shall be "2015 CIP Construction Materials Testing RFP Questions". The questions and appropriate res�onses will be distributed to all parties receiving this Request for Proposal by 4:30 p.m. on Wednesday, March 4, 2015. B. Please submit four (4) hard copies with original signatures of the proposal to Pete Gulbronson no later than 12:00 p.m. on Friday, March 6, 2015. Proposals may be delivered or mailed to: Pete Gulbronson,P.E. Engineering Division City of Oshkosh 215 Church Avenue,Rm 301 Oshkosh,WI 54903 Page 6 of 6 � PROPOSAL COST BREAKDOWN CONSTRUCTION MATERIALS TESTING 2015 CAPITAL IMPROVEMENT PROGRAM ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Roundtrip Charge Each 160 $ $ 2. Field Time Hour 1,000 $ $ 3. Equipment Rental Hour 1,000 $ $ 4. Vehicle Rental Hour 1,000 $ $ 5. Sieve Analysis of Aggregate Each 15 $ $ 6. Modified Proctor Density Test (aggregate) Each 10 $ $ 5. Trench Backfill Testing Reports Each 20 $ $ 7. Engineer Consultation Hour 15 $ $ 8. Project Manager Hour 70 $ $ TOTAL $ RESPONSE TIME TO SITE hours 1 AGREEMENT This AGREEMENT, made on the day of , 2015, 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 6. 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. I:\Engineering\Density Testing12015�Proposal Phase\Blank Current Agreement Form 1-8-15.docx 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. 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. I:\Enginearing�Density Testing12015\Proposal Phase\Blank Cunent Agreement Form 1-B-15.docx Page 2 of 6 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 Reauest for Proposal or CONSULTANT's Proposal or CONSULTANT's Scope of Work. 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 and attached hereto 3. CONSULTANT's Proposal or Scope of Services dated and attached hereto I:\EnginaeringlDensity Testing�2015\Proposal Phase\Blank Curtent Agreement Form_1-B-15.docx Page 3 Of 6 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. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. 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. I:\Engineering\Density TesGng120151Proposal Phase\Blank Current Agreement Forrn_1-8-15.docx � Pa9e 4 Of 6 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. 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. I:\EngineeringlDensity Testing12015\Proposal Phase\Blank Current Agreement Form_1-8-15.docx . Pa9e 5 Of 6 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 if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (V1/itness) Mark A. Rohloff, 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�Density Testing12015�Proposal Phase\Blank Current Agreement Form_1-&15.docx Page 6 of 6 4/14/14 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not com aecartme t before thetcontract�orf purchase orde e sucons der d for provided to the applicable City p approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is rima covera e 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. �, 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) Personallnjury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The 4eneral aqqreqate must apply separately to this prolecUlocation 3, BUSINESS AUTOMOBILE COVERAGE— If this exposure shall exist: q. $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 � 4/14/14 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 all Liability Policies for liability 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 be ISO form CG 20 10 07 04 or its equivalent and also include Products — Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of 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. III - 2 . � � A�°" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/WY) 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 BE7WEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDiT10NAL 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 hoider in lieu of such endorsement s. PRODUCER CONTACT Insunnce Agency contact NAME: lnformatlon,Ineluding street PHONE I^suranee AgenPs � address and PO Box i/ eontact lnlormation. applicab/e. (A/C.No.Ext: A/C.No): E-MAIL ADDRESS: INSURER S AFFORDING COVERAGE NAIC# iNSUReR a: ABC Insurance Company NAIC# INSURED /nsured's contact information, inc/uding name,address and INSURER B: XYZ Il1SU�8f1C8 CORI an NAIC# Pno�.�umna.. iNSUReR c: LMN Insurance Com an NAIC# INSURER D• Insurer(sJ must have a minimum A.M.Best ntiny ol A- � and a Financia/PeAormance Rating of VI or 6etter. -- INSURER E: 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 POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR , NND POLICY NUMBER MMIDD MM/DD LIMITS GENERAL LIABILRY EACHOCCURRENCE $1,000,000 � � ❑ General Liability Policy Number Policy e//ective end expiration date. DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY �� PREMISES(Ea occurrence) $SO,OOO I�I ( y a > ..$5,000 A ,��CLAIMS-MADE OCCUR MEDEXP An one erson �) ISO FORM CG 20 37 OR EQUIVALENT PERSONAL&ADV INJURY $'I,OOO,OOO ❑I GENERALAGGREGATE $2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: PRODUCTS–COMP/OPAGG $2��00,000 ��POLICY�JE�!�LOC I $ AUTOMOBILE UA8ILITY COMBINED SINGLE LIMIT Eaaccident $1,000,000 —� _ '_. �j ANY AUTO � � Auto Liability Policy Number�� Policy effective and expiration date. BODILY INJURY(Per person) $ B ALLOWNED � SCHEDULED ❑�AUTOS �.I AUTOS � BODILY INJURY(Per accident) $ ��HIRED AUTOS� AUTOSWNED PROPERTY DAMAGE (Peracddent) $ �I I�I I $ ��UMBRELLA LIAB I�jOCCUR � i � EACH OCCURRENCE $2,000,000 I � CLAIMS-MADE A ❑�EXCESS LIAB i❑ �Umb�ella Liabi/ityPolicyNumbei PolicyeSective and expiration date. AGGREGATE $2,�0�,��0 ❑iDED ��RETENTION$IO,OOO I $ C WORKERS COMPENSATION ❑ ❑ �I WC STATU-I❑ OTH- AND EMPLOYERS'LIABILRY :TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE i OFFICE/MEMBER EXCLUDED7 Y/N Workers Compensation Policy Policye%ctNe and expiratlon date. E.L.EACH ACCIDENT $���,000 (Mandatory In NH) N Number It yes,describe under E.L.DISEASE–EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below I ' E.L.DISEASE–POLICYLIMIT $SOO,OOO A PROFESSIONAL LIABILIN � � � $1,000,000 EACH CLAIM Pro%ssionalLlabilityPolicy PolicyellectNeendexpirationdate. $1,000,OOOANNUALAGGREGATE � Num6nr DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES(Attach ACORD 101,Additional Rema�ks Sehedule,If more space is required) Additional insureds per attached endorsements. 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 Cle�k Insurance Standard lll SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE ACCORDANCE WITH THE POLICY PROVIS ONS.L BE DELIVERED IN PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location s Of Covered O erations As required by contract Any and all job sites Information re uired to com lete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds,the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injur�', "property damage" or "personal and advertising injury' This insurance does not apply to "bodily injury" or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions;or 1. All work, including materials, parts or equip- 2. The acts or omissions of those acting on your ment furnished in connection with such work, behalf; on the project(other than service, maintenance or repairs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) design- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Insurance Standard lll SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 10 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: P°"°Y�� COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed O erations As required by contract Any and all job sites Information re uired to com lete this Schedule, if not shown above,will be shown in the Declarations. Section II — Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injur�', "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". Insurance Standard lll SAMPLE CERTIFICATE Please indicate somewhere on this certi£cate,the contract or project# this certificate is for. CG 20 37 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑ � r��i Infor�naation /r�� �ToBuild On = , Engineering•ConsuRing• Testing RECEIVED ��°� MAR -6 2015 ,��,� � DE`.PT OF PUBLIC WORKS ,��}-��OSH, WISCONSIN ��,� � �o;sa�����— ,�� �� �w �. ,.., PROPOSAL FOR CONSTRUCTION MATERIALS TESTING �* _ __ _ _ _ _ _ � .w City of Oshkosh 2015 Capital Improvement Projects ,,, " Prepared for: � � The City of Oshkosh DPW � 215 Church Avenue ' P.O. Box 1130 � ,. Oshkosh, WI 54903-1130 � March 5, 2015 PSI Proposal No. 146102 � Professional Service Industries,Inc.•608 North Stanton Street•Ripon,WI 54971 •Phone 920/745-2200•Fax 920/745-2222 - ��; Information /r �To Build On , Engineering•ConsuRing • Testing ��, �w �„ SUB.IECT: Proposal for Construction Material Testing Services and ,� Engineering Services 2015 Capital Improvement Projects � City of Oshkosh, Wisconsin � PSI Proposal No. 146102 � �, STATEMENT OF INTEREST � Professional Service Industries, Inc. (PSI) is pleased to submit this proposal to provide _ _ __ _ __. __ _ �, Construction Materials Testing Services and Engineering services for the 2015 Capital Improvement Projects in the City of Oshkosh. PSI has been providing engineering § consulting services and construction support associated with the development of � properties for over 100 years. We have the personnel, resources and experience that make us an ideal choice for the City of Oshkosh. As a national firm that specializes in ' environmental consulting, asbestos management, geotechnical investigations, construction ,� materials testing and facilities engineering, PSI has a proven reputation for a commitment to value and quality, and our dedication to clients is unparalleled. In short, we provide all � the technical support �nd information to meet the engineering challenges related to . municipal construction. ` PSI currently has 5 branch office� in Wisconsin (Chippewa Falls, Green Bay, Menasha, � Ripon and Waukesha) and employs approximately 100 people in Wisconsin. 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 and construction materials testing services for thousands of private development and public works projects throughout Wisconsin. The construction testing services will be preformed by the Ripon branch office with support available from the Menasha and Waukesha PSI office as well. Additional company and personnel information is provided in the Statement of Qualifications in Appendix B. Based on the information provided in your 2015 Request for Proposal (RPF), a brief description of our understanding of the projects and a discussion of the scope of services to be provided are included in the following paragraphs. PROJECT AND SERVICES OVERVIEW - It is understood the proposed 2015 Capital Improvement Projects will consist of: i. Contract 15-04 — Paving, Sidewalk, Driveway, and Utilities/First Local Street Concrete Paving Program — East Side Area — Parkway Avenue and Mount Vernon Street a. Mount Vernon Street (Washington Avenue to E. Lincoln Avenue) b. East Parkway Avenue (North Main Street to Bowen Street) ii. Contract 15-05 — Paving, Sidewalk, Driveway, and Utilities/Second Local Concrete Professional Service Industries,Inc.•608 North Stanton Street•Ripon,WI 54971 •Phone 920/745-2200•Fax 920l745-2222 . � Proposal for Construction Materials T�sting Services and Engineering Services 2015 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. 146102 Page 2 Paving Program — North Side Area — New York Avenue, Custer Avenue, and Graceland Drive. a. West New York Avenue (Spruce Street to Wisconsin Street) ' b. Custer Avenue (Broad Street to Bowen Street) c. Graceland Drive (Graceland Court to Greenfield Trial) " iii. Contract 15-07 — Miscellaneous Sanitary Sewer and Water Main Relays a. West 6th Avenue (Mason Street to Sawyer Street) b. Fairlawn Street (Florida Avenue to West South Park Avenue) " c. West South Park Avenue (Fairlawn Street to Georgia Street) , d.West 12th Avenue (Knapp Street to Georgia Street e. Nebraska Street (Wesf 5th Avenue to West 8th Avenue � f. West 6th Avenue (Point West of Oregon Street to Oregon Street) � g. Hawk Street (Water Main Crossing of Sawyer Creek) `� iv. Contract 15-28 — Butler Avenue & Pickett Avenue Utilities � v. Contract 15-29 —Water Main Extension � a. Quail Run Drive to Bromfield Drive � The work scope and services to be provided were included in the City's Scope of Services �' section of the RFP. � PSI will provide a senior engineer technician to perform the requested field services. PSI � will obtain all test samples from construction sites throughout the city and may be required * to obtain samples from various source sites. At a minimum, PSI will keep all lab samples until the end of each contract. Nuclear density testing will be performed on an as- needed � basis dependent on the contractor(s) schedule. PSI understands, based on years past x experience with the City of Oshkosh, that a field density testing technician will be required almost daily throughout the construction season. It will be PSI's responsibility to verify the . , ` contractor's schedule and to coordinate with the City of Oshkosh Inspectors/Engin�ers daily, so that scheduling can be planned in advance to meet the requirements of the project. .� Nuclear Density Tests shall be located by project station, elevation, and utility trench type. The density testing technicians shall notify the City Inspector and appropriate contractor of failing tests. It will be the contractor's responsibility to re-compact failing areas and schedule retesting to meet the cities requirements. All tests shall be documented. In addition to the utility trench density testing, PSI will assist the City of Oshkosh Inspector when requested on inspection of backfilling operations per City of Oshkosh specifications. Part of PSI's function will be to work with the Contractor by providing ideas and methods of improving compaction if necessary; it will remain the contractor's responsibility to perform his duties to meet project specifications. ��i �, , Proposal for Construction Materials Testing Services and Engineering Services 2015 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. 146102 Page 3 The Reporting Requirements are listed in the scope of Services and PSI understands that the Technicians will be required to document their activities through a daily report. These reports shall include the date, a detailed summary of the activities taking place for which they are inspecting/testing, the technician's times, and other pertinent information standard with this type of reporting. There shall be a separate daily report for each city contract worked that day. Daily will be typed and will be available on the C3est Lab Hive online system. Material lab test results shall be emailed in .pdf format to the City Project Engineer witMin „ 48 hours of notification of sample pick-up unless lengths of the test, by applicable standard � procedures, dictate otherwise. ,� It will be the PSI Project Manager's responsibility to review the day's events with the PSI �� technician to keep abreast of matters which may require future attention. The project manager will also review the daily reports throughout the respective months and contact �� the city representative to address issues which may require the city's involvement to �� resolve. Neither the PSI on-site technician nor the PSI project manager will be responsible to make any decisions or provide any direction to the contractor, which would alter the � City's contractual agreement with the contractor, or the City's specifications for the � contractors work. PSI cannot ultimately assume the responsibility of the contractor to perForm the work under his contract with the City. This limitation of authority and q responsibility is consistent with the industry standard for independent construction testing � agencies. * Monthly Testing Summary reports during construction shall include a written summary � prepared by the project manager, typed material lab test results for that month, an updated typed Compaction results log, and the technician's daily field reports. All reports shall be � signed by the project manager. Separate reports shall be generated for each city contract � should multiple projects occur during the same interval. The monthly summary reports shall be submitted in conjunction with the contract's respective invoice. All reports shall be emailed to the City Project Engineer in pdf format. A final report shall be prepared upon the completion of each individual city contract. Hard copies of the reports will be provided and mailed if requested. Additional email correspondence or summary reports may be requested depending on certain situations. The testing firm's project manager shall notify the City Project Engineer of issues which may arise throughout the construction period. COST ESTIMATE PSI proposes to perform these services in accordance with the unit rates provided with this RFP-Proposal Cost Breakdown summary and by the Standard Fee Schedule. For services requested but not listed on the cost breakdown page, unit rates shown on our standard fee schedule will apply, both of which are enclosed in Appendix A. A summary of the N�i . Proposal for Construction Materials Testing Services and Engineering Services 2015 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. 146102 Page 4 � anticipated cost for the outlined services will be on the order of $59,512.50. Final , compensation will depend upon the actual hours required to perform the testing, the ,��� number of laboratory tests performed, and the time spent in consultation at the City's request. 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. a AUTHORIZATION . PSI will proceed with the work as summarized herein the basis of written approval received by execution of the City's contact documents. 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, rp � PROFESSIONAL SERVICE INDUSTRIES, INC. (PSI) , ,, . ,� �, _� ?41 � Jeffrey L. Fischer �, Ripon Branch Manager k � ����� ���' „ Matthew A. Henderson, P.E. Vice President ��i , . Proposal for Construction Materials Testing Services and Engineering Services 2015 Capital Improvement Projecis City of Oshkosh, Wisconsin PSI Proposal No. 146102 Page 5 ' Accepted by: City of Oshkosh � Name: Signature: Title: _ _ __ _ _ _ _ __ Date: Appendix A: Request for Proposal Information Standard Fee Schedule Insurance Certificate � Appendix B: Statement of Qualifications . ,. jv�:w . . ��� Inforination ° /r�� �To Build On ,„ Engineering•ConsuRing• Testing �. a � �r w _�r � � „ .� ,. STATEMENT OF QUALIFICATIONS ;. CONSTRUCTION MATERIALS TESTING City of Oshkosh 2015 Capital Improvement Projects ° SUBMITTED TO: ' The City of Oshkosh March 5, 2015 Professional Service Industries,Inc.•608 North Stanton Street•Ripon,WI 54971 •Phone 920/745-2200•Fax 920/745-2222 PROJECT EXPERIENCE PSI has performed testing services for the City of Oshkosh for the past three years, including the geotechnical reports for most of the projects included in this request for proposal. In 2014, PSI completed over 800 geotechnical investigations, 200 environmental projects, and provided construction testing services on over 600 sites in the upper � Midwest. This includes work performed for commercial and retail developers, state, , county, and city transportation departments; school districts; municipalities; as well as for apartment and condominium complexes, and others. _ _ _ , The intent of this Statement of Qualifications is to demonstrate that PSI has the necessary experience, and personnel and equipment resources to service projects anywhere in the State. Hence, the project sampling shown outlined on the following , pages was selected to demonstrate our track record in related work. � ��i, Municipal Water/Wastewater Projects Project Experience Professional Service Industries, Inc. (PSI) has provided Professional consulting � services including subsurface exploration, field and laboratory testing, and engineering analysis for numerous municipal water and waste water projects. Listed below are a few of the projects PSI has had the privilege of working on in Wisconsin. City of Oshkosh 2013 and 2014 Capital Main Water Extension- Pewaukee Improvement Projects ' ° Sewer Extension-Bonduel Detention Pond- Oshkosh Sewer Extension-Black River " Water Transmission Main-Suamico Water Main-Crivitz � Water Main-Two Rivers � Sanitary Sewer Relocation-Green Bay � Sanitary Sewer/WWTP-Suamico Sanitary Sewer Interceptor-Manitowoc � Kiwanis Park Sewer Relay-Sheboygan Sewage Force Main-Manitowoc Wastewater Treatment Plant Expansion- � Waupaca Storm Sewer-Manitowoc Session Street Sewer Expansion-Waupaca Sanitary Sewer and Sewage Force Mains- Mishicot Water Main and Sanitary Sewer-Darlington Sanitary Sewer-Hobart _ ' Storm Sewer-Sister Bay Sanitary Sewer Relay-Juneau � Sanitary Sewer, Water and Stormwater Water Main Extension-Madison Pipelines-Oconto Falls " Water Main Extension-Sussex Sanitary Sewer Interceptor and Lift Station- Belleville Water Main Replacement-Waukesha Sanitary Sewer- Algoma Transmission Main-Fond du Lac Pump Station and Utility Lines-Waterford Water System Improvements-Fond du Lac Sanitary Sewer Reconstruction-Wind Lake Force Main-Rubicon � ��i. State/County/City Roadway Projects Project Experience F Professional Service Industries, Inc. (PSI) has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous new pavement and existing roadway reconstruction projects. PSI has also provided construction quality control testing on many of the projects listed. The following is a list of roadway projects PSI has had the privilege to work on. _ _ __ _ Roadway Construction State Highway 59 Reconstruction CTH K Roadway Settlement Analysis Town of Hartford, Wisconsin Waukesha, Wisconsin S�H 145 Road Reconstruction Proposed Roadway Reconstruction Richfield, Wisconsin Waukesha South By-pass Waukesha County, Wisconsin STH 164 Reconstruction (I-43 to STH 59) CTH N Wisconsin Outagamie County, Wisconsin I-94/CTH K Libal Street * Racine, Wisconsin Village ofi 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, Wisconsi❑ Manitowoc Road Reconstruction Highways 42/57 Frontage Road Menasha; Wisconsin Sturgeon Bay, Wisconsin Fond du Lac County Roadway Projects ��i Subgrade Stabilization Projects Project Experience Professional Service Industries, Inc. (PSI)has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous pavement and building slab subgrade stabilization projects. PSI has also provided field quality control testing on many of the projects listed. The � following is a list of subgrade stabilization projects PSI has had the privilege to work on. STH 32 Road Reconstruction Rockwood Parking Lot City of Ripon, Wisconsin East Troy, Wisconsin 194/STH 20 Interchange TR1700E Road Reconstruction Racine County, Wisconsin Iroquois County, Illinois Hall Street Reconstruction Meredith Road Reconstruction City of Ripon, Wisconsin Kane County, Illinois LaFarge North America Elm Road Generating Station Harley Davidson Parts Plant Oak Creek, Wisconsin Franklin, Wisconsin City of Franklin Pleasant Prairie Power Plant Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Pleasant Prairie, Wisconsin � Long Lake Estates Subdivision Home Depot � Wind Lake, Wisconsin Grafton, Wisconsin �- Generac Building Pad Marathon Truck Stop � Whitewater, Wisconsin Franklin, Wisconsin a ��i, Renewable and Alternate �nergy Project Experience Professional Service Industries, Inc. (PSI)has provided professional consulting services for numerous renewable energy projects such as wind and ethanol projects. The services provided have ranged from geotechnical engineering, subsurface drilling, field and laboratory testing, construction materials/quality assurance testing, and engineering analysis. Listed below are projects PSI has had the privilege of providing one or more of the services listed above. � Rosendale Dairy- Bio Digesters Western Wisconsin Renewable Energy Fond du Lac County, Wisconsin Coop Boyceville, Wisconsin ° Proposed Forward Wind Project Milton Ethanol , Dodge County, Wisconsin Milton, Wisconsin � Sleeping Bear Wind Farm Didion Ethanol Plant � Woodward, Oklahoma Cambria, Wisconsin � Crescent Ridge II Wind Farm Arena Ethanol Plant ,� Tiskilwa, Illinois Arena, Wisconsin �" Lancaster Wind Farm Bungee Milling — Bio Diesel Facility � Lancaster, Illinois Danville, Illinois � Sublet Wind Farm Rail — Splitter Wind Farm Sublet, Illinois Lincoln County, IL " South Campus Wind Turbines Urbana, Illinois United Wisconsin Grain Producers, Inc. Friesland, WI ��i,. �. �' PSI's collective Wisconsin staff numbers approximately one hundred (100) personnel during peak season, including seventeen (16) professional engineers, EITs, and professional r�' geologists, and approximately thirty four (34) 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 generated by the Branch offices are reviewed by a senior principal engineers in our '� firm. �. David Barndt, P.E. Senior Vice President �' Matthew Henderson, P.E. Vice-President �, James M. Becco, P.E., Region Manager � Daniel B. Anderson, P.E., Waukesha Construction Services Department Manager �, 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 PSI 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. �, A distribution of professional personnel by Branch location is shown below. � Waukesha, Wisconsin Appleton, Wisconsin �, David Barndt, P.E. Matt Henderson, P.E., Vice President �, Matt Henderson, P.E. Patrick Bray, Branch Manager Jim Becco, P.E. �, Dan Anderson, P.E. Chippewa Falls, Wisconsin �. Pat Patterson, P.E., P.G. Matt Henderson, P.E., Vice President Ted Cera, P.E. Jeff Manninen, Branch Manager � Brad Broback, P.E. .- Shelley Hildebrandt, P.G. Ripon, Wisconsin Mike Rehfeldt, Geologist. Matt Henderson, P.E., Vice President �, Jeff Fischer, Branch Manager ,. Brian Youngwirth, Geologist ,�, Green Bav, Wisconsin �. IVlatt Henderson, P.E., Vice President Cody Williquette, Engineer �, � � �. � N�� e .� ORGANIZATIONAL CHART FOR PROJECT ADMINISTRATION AND IMPLEMENTATIONS FOR CITY OF OSHKOSH PROJECTS CITY OF OSHKOSH Matt Henderson, P.E., V.P. Senior Consultation Jeff Fischer, Branch Manager � Branch Manager Ripon, Wisconsin Senior Engineer Senior Engineer Technicians Technicians Karen Powers Davis Voights Adam Martin Laboratory Testing Services Brian Youngwirth Dominic Dewitt N�.'. David M. Barndt, PE Vice President Pewaukee, Wisconsin Year started with PSI: 1981 Years experience with other firms: 20 Education • Bachelor of Science in Civil Engineering, University of Wisconsin, 1980 Certifications/Registrations/Technical Training . Principles of Geotechnical Engineering, PSI, 1999 • Property Condition Assessment, PSI, 1998 • Specialty Geotechnical Construction, University of Wisconsin, 1998 • Deep Foundation Design, PSI 1996 • Design/Construction Of Slabs_On_Grade, American ConcreteJnstitute, 1995 • Phase II Environmental Site Assessment, Field Methods, PSI, 1989, 1995 • Shallow Foundation Design, PSI, 1995 • Phase I Environmental Site Assessment, PSI, 1989, 1993 • Radiation Safety, Officer/Instructor, PSI, 1990 • Asphalt Pavement Design, University of Wisconsin, 1990 • Nondestructive Testing of Concrete, University of Wisconsin, 1988 • Inspection of Steel Structures, University of Wisconsin, 1987 • Professional Engineer, #E24798, Wisconsin, 1987 • Wisconsin Certified Site Assessor • Certified Environmental Professional Affiliations/Memberships • American Concrete Institute (ACI), Secretary/Treasurer, 1990-1993 • American Society of Civil Engineers (ASCE) _ • American Welding Society (AWS) • Wisconsin Society of Professional Engineers (WSPE) Professional Experience Mr. Barndt is Vice President of PSI's Pewaukee, Wisconsin office. He has more than 20 years of experience in geotechnical engineering, construction materials testing, and environmental consulting. Mr. Barndt has extensive knowledge of subsurface conditions and construction practices in Southeastern Wisconsin which has enabled him to serve as senior consultant during foundation and building construction on a wide variety of projects. He also has extensive experience performing and overseeing testing and inspection of structural steel including welding procedure and operator qualification, fabrication inspection, and nondestructive testing. He has worked on a variety of geotechnical and construction materials testing projects including high-rise structures, sports facilities, hotels, industrial facilities, shopping centers, warehouses, communication towers, hospitals, medical facilities, water/wastewater treatment facilities, prisons, and airports. Mr. Barndt serves PSI as principal client contact, project manager, and senior author on major construction projects in the Milwaukee area. File Name:BamdtD.doc Revised:03/2010 David M. Barndt, PE Vice President Pewaukee, Wisconsin Page 2 of 5 Representative Construction Inspection and Testing Project Experience • Bradley Sports and Entertainment Center; Milwaukee, Wisconsin — Project manager and principle engineer for construction inspection and testing for the new sports complex, home of the Milwaukee Bucks. Services included inspection of deep pile foundation system, concrete, soil testing, and shop/field inspection of structural steel. Structural steel was fabricated in plants in the USA and Canada. Inspection program incorporating the requirements of the American Welding Society was developed for plants in Canada where fabrication is performed under the Canadian Welding Bureau (CWB). • Miller Park; Milwaukee, Wisconsin — Principle engineer for inspection and testing of deep foundation system for Miller Park, home of the Milwaukee Brewers. The foundation system ineluded the installation of over 2,000 tapered piles and hundreds ' of drilled shafts, which were socketed into bedrock to resist uplift forces induced by the retractable roof. Crosshole Sonic Logging was performed to evaluate the quality of concrete within the drilled piers. • Midwest Express Center; Milwaukee, Wisconsin - Senior project manager and principle engineer of construction testing and inspection for construction of a convention center. Inspected installation of deep foundation system, directed onsite ` and laboratory concrete quality control and testing, soil inspection and compaction testing, comprehensive shop and field inspection, and nondestructive testing of structural steel. -° • Milwaukee Metropolitan Sewage District; Wisconsin — Project manager and principle engineer on multiple projects in support of the Deep Tunnel project over a ten-year period, through the Program Management office. Provided services on numerous projects at the Jones Island W1NTP, and the South Shore W1NTP, as well as several deep tunnel projects within the Milwaukee metropolitan area. Performed comprehensive onsite and laboratory concrete quality control and testing, soil inspection and compaction testing services, and complete geotechnical consulting. • Milwaukee County Medical Complex (MCMC); Wisconsin — Project manager and principle engineer on numerous large projects on the MCMC grounds including the bridge building, ambulatory care center, Froedtert Hospital Cancer Center, East Clinic addition and parking structure, Children's Hospital and the new Froedtert United Dynacare building. Aiso involved with numerous projects at the complex's - power plant. Inspected installation of numerous shallow and deep foundations, directed onsite and laboratory concrete quality control and testing; directed steel reinforcing and soil compaction testing services; directed quality control testing of asphalt, and concrete pavements. Representative Quality Control/Quality Assurance Project Experience . Milwaukee County Medical Complex (MCMC); Wisconsin — Project manager/principle engineer on numerous large projects on county medical complex grounds including the bridge building, ambulatory care center, Froedtert Hospital Cancer Center, East Clinic addition and parking structure, Children's Hospital, and the new Froedtert United Dynacare building. Also been involved with numerous File Name:BarndtD.doc Revised:03/2010 David M. Barndt, PE Vice President Pewaukee, Wisconsin Page 3 of 5 projects at the Medical Complex Power Plant. Inspected installation of numerous shallow and deep foundations, directed onsite and laboratory concrete quality control and testing, directed steel reinforcing and soil compaction testing services, directed quality control testing of asphalt and concrete pavements, and performed complete geotechnical investigations. • Milwaukee County International Airport; Wisconsin — Principle engineer on numerous projects including the airport parking structure and concourse C, D, and E expansions, as well as numerous runway and taxiway upgrade and expansion projects. Inspected installation of foundations, directed onsite and laboratory ' concrete quality control and testing, directed steel reinforcing and soil compaction testing services, directed quality control testing of asphalt and concrete pavements, - and performed complete geotechnical investigations. - - Representative Geotechnical Engineering and Drilling Services Project Experience • St. Luke's Medical Center; Milwaukee, Wisconsin — Principle engineer for multiple projects including an eight-story outpatient addition, a 14-story Knisely Tower, a Gamma Knife addition, and a multi-level parking structure. Provided comprehensive geotechnical investigations and construction inspection and testing services. • Milwaukee Metropolitan Sewage District (MMSD), Headquarters and Lab Buildings; Wisconsin — Principle engineer for the MMSD's new headquarters and laboratory buildings. PerFormed comprehensive geotechnical investigation and pile testing program to establish pile driving criteria. • Aurora Health Care Center; Pewaukee, Wisconsin — Project manager and principle 4 engineer for the construction of new hospital facility. Conducted comprehensive geotechnical investigation and provided inspection and testing services during construction. • Froedtert Lutheran Memorial Hospital, United Dynacare Laboratory Building; Milwaukee, Wisconsin — Principle engineer for the geotechnical investigation and subsequent construction inspection and testing on this project. Due to the subsurface conditions and site constraints, several foundation types were required for this building including continuous wall and spread footings on both natural soils and engineered fill and deep foundations designed to bear upon natural soils and bedrock which underlie portions of building area. • Milwaukee County House of Corrections; Franklin, Wisconsin — Principle engineer for the geotechnical investigation and subsequent construction inspection of a multi- level, 600-bed addition. Representative Pavement Evaluation and Consulting Project Experience • Milwaukee County Department of Public Works; Wisconsin — Project manager and principle engineer on numerous projects over the past 15 years. Typical projects range from small reconstruction projects within the County's park system to large- scale projects such as the reconstruction of two miles of Lincoln Memorial Drive File Name:BarndtD.doc Revised:03/2010 David M. Barndt, PE Vice President Pewaukee, Wisconsin Page 4 of 5 along Lake Michigan. Services provided include pavement analysis of parking lots and roadways and geotechnical investigations with pavement design and construction recommendations. • US-18; Grant County, Wisconsin — Project manager for geotechnical investigation of a 15-mile section of US-18. Recommendations were provided for pavement reconstruction and construction of cut slopes and embankments, as well as for the replacement of several structures within the project limits. Representative Asbestos Project Experience • Housing Authority of the City of Milwaukee; Wisconsin — Served as project manager and principle engineer on numerous projects for the Authority over the past eight years. Projects ranged-from small inspection and assessment projects, planned renovations or maintenance activities, to large-scale projects such as the abatement project design and management for the demolition of large buildings or complexes. • Marquette University; Milwaukee, Wisconsin — Served as principle engineer for the abatement of the former YMCA building adjacent to the Marquette campus. The project involved the selective abatement of asbestos-containing materials for the renovation of the 18-story tower for resident housing. The abatement plan included numerous engineering controls and a detailed monitoring program as abatement occurred while the building was occupied. • Kenosha Unified School District No. 1; Wisconsin — Served as principle engineer on asbestos related issues for the District since 1988. Projects have included performing asbestos inspections on school owned properties, preparation of project designs and project management, air sampling, and analysis during abatement. • Federal Bureau of Prisons, Oxford Correctional Institution; Oxford, Wisconsin — Served as the principle engineer for the asbestos inspection and preparation of management plans. The project also included the development of a comprehensive � asbestos management computer database system. Representative Environmental Assessment/Remediation Project Experience • Clark Square Redevelopment - Served as project manager and principle engineer during development of the project that involved the redevelopment of a fo.ur city block parcel. A total of 20 underground storage tanks with numerous contaminate � plumes were removed from the property. Several remedial technologies were utilized to remediate the site and obtain closure. • Froedtert Medical Clinic - Served as project manager responsible for the environmental investigation and remedial design and management for redevelopment of the site. The project included removal and off-site treatment of over 6,000 yards of contaminated soils and the remediation of groundwater through natural attenuation. • State Fair Union 76 - Served as project manager and principle engineer responsible for the environmental investigation and remedial design and management of an operating service station. The remedial plan included removal and off-site treatment File Name:BarndtD.doc Revised:03/2010 David M. Barndt, PE Vice President Pewaukee, Wisconsin Page 5 of 5 of soils, and installation of a soil vapor extraction system to remediate inaccessible soils adjacent to buildings and within right-of-ways. • Milwaukee County; Wisconsin - Served as project manager and principle engineer on numerous projects. Projects have included initial Phase I environmental and asbestos assessments in relation to property transfers or acquisitions through comprehensive remedial investigations, design and management for building demolition, and redevelopment projects. File Name:BarndtD.doc Revised:03/2010 Summary of Qualifications Professional Service Industries, Inc. Matthew A. Henderson, P.E. '° Vice President Education and Specia! Training Michigan Technological University, Houghton, Michigan; B.S., Civil Engineering, 1980. Continuing Education and Short Courses Environmental: "Forty Hour- 29 CFR 1910 Training Course", National Water WeIL _ _ . . Association. "Eight Hour Supervisory Training CFR 1910 Course", Professional Service Industries, � I nc. "Limiting Your Environmental Liability in Real Estate Transfers" by Wisconsin State Bar " and Federation of Environmental Technologists. Geotechnical and Maferials: "Principles of Geotechnical Engineering", PSI, lnc. "Principles of Concrete Technology", PSI, Inc. "Principles of Asphalt Technology", PSI, Inc. "Soil Stabilization Techniques", National Lime Association. "The pressuremeter and the evaluation of ground engineering properties", Dr. Louis Briaud `Earth Retaining Structures, Selection, Design, Construction and Inspection", ASCE Professional Registrations and Affiliations Registered Professional Engineer in: Illinois, Missouri, and Wisconsin. � Advisory Board Member, College of Technical Careers, Construction Technology Program, Southern Illinois University, Carbondale, Illinois. Advisory Baard Member, College of Engineering and Technology, Civil Engineering Technology Program, Southem Illinois University, Carbondale, Illinois. Experience and Background Professional Service Industries, Inc., Waukesha Wisconsin, April 1 2014, to present. Vice President responsible for managing operations in Waukesha, Ripon, Menasha, Green Bay and Chippewa Falls, Wisconsin. Midwest Engineering Services, Inc. Waukesha, WI, April 1989 to March 2014: Vice President of Firm, and Principal Engineer, responsible f�r 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 slape stability analysis. � Summary of Qualifications � Matthew A. Henderson, P.E. Principal of Firm Page 2 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 gr�undwater 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 conventionaLhollow stem augering, to depths of up_10 150 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 programs 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 ge�technical and construction quality control activities. Southern 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. PROFESSIONAL RESUME JEFFREY L. FISCHER BRANCH MANAGER RIPON,WISCONSIN EDUCATION/SPECIAL TRAINING Bachelor of Science, Geology;University of Wisconsin-Oshkosh Contaminant Hydrogeology;University of Wisconsin-Milwaukee Hazardous Waste Training—40 Hour Course; � U.S. Department of Labor, Mine Safety and Health Confined Space Entry Training SCBA Certified _ - __ _ _ _ _ -- -- Nuclear Density Gauge Operation Certification PROFESSIONAL REGISTRATIONS/AFFILIATIONS Qualified Hydrogeologist—Wisconsin Administrative Code Chapter NR 700 PROFESSIONAL EXPERIENCE AND BACKGROUND Mr. Fischer joined Professional Service Industries, Inc. on April 1, 2014, with the purchase of Midwest Engineering Services, Inc. Mr. Fischer worked for 1Vlidwest Engineering Services, Inc. when Fischer Environmental was purchased in May, 2001. He has over 20 years of environmental experience. Mr. Fischer is currently responsible for overseeing all of the Ripon branch operations. His duties include preparation and review of geotechnical, material construction and environmental reports, management of technical personnel, administrative and marketing responsibilities. Mr. Fischer has extensive experience in Chlorinated Solvent Investigations, Phase I environmental site assessments for real estate transfers, underground storage tank assessments, remediation planning, and monitoring and coordination of site clean- up. Prior to his employment at PSI, Mr. Fischer held the position of Branch Manager at MES and of President of Fischer Environmental. His responsibilities included overall management of technical, administrative and marketing for up to four offices in the state of Wisconsin,with over 30 professional and technical personnel. His technical and oversite activities included all aspects of Phase I environmental site assessments, underground storage tank assessments, remediation planning design and monitoring, surveys, geotechnical and construction testing. Before establishing his own consulting firm, Fischer Environmental, Mr. Fischer was a hydrogeologist and project manager for the Wisconsin Department of Natural Resources. His primary responsibilities were to oversee the investigations, remediations, including active system design and installation on approximately 350 solid and hazardous waste sites throughout the State of Wisconsin. He was involved in the initial development of the Electronic Groundwater Data Submittal System and GIS system while employed by the state of Wisconsin. Jeffrey L. Fischer PAGE TWO Mr. Fischer's professional career began as a project manager in the environmental compliance department of Waste Management, Inc. His responsibilities included field monitoring, environmental site compliance, and regulatory involvement for six (6) solid waste land�lls in the state of Wisconsin. SPECIFIC PROJECT MANAGEMENT EXPERIENCE * WIND RELATED • Forward Wind Project,Byron, Wisconsin. • Shirley Wind Project;Brown Counry, Wisconsin u • Orion, Manitowoc, Wisconsin • ATC Substations � STATE OR GOVERMENT PROJECTS - • University of Wisconsin-Oshkosh Parking Ramp Project, Oshkosh, Wisconsin. • University of Wisconsin Stevens Point University Center Addition, Wisconsin • Wisconsin Motor Vehicle Registration Facility—Fond du Lac, Wisconsin • Drug Rehabilitation Facility Winnebago County—Department of Corrections— Taycheeda, Wisconsin. • Taycheeda Correctional Facility—Department of Corrections, Wisconsin ALTER�TATI�'E FUEL PROJECTS • Western Wisconsin Energy—Boyceville, Wisconsin • Castle Rock Renewable Fuel LLC—Necedah, Wisconsin • Untied Wisconsin Grain Producers LLC—Friesland, Wisconsin • Untied Ethanol LLC—Milton, Wisconsin • Utica Energy LLC—Utica Wisconsin • Didion Ethanol LLC—Courtland, Wisconsin • Valero Energy Corporation—Jefferson, Wisconsin • Renew Energy LLC—Oshkosh, Wisconsin ADDITIONAL PROJECTS • Green Lake County Justice Center—Green Lake, Wisconsin • ��Vaupaca County Correctional Facility, Wisconsin • Columbia County Correctional Facility, Wisconsin • Accurate Controls—Ripon, Wisconsin • Rosendale Dairy—Rosendale,Wisconsin • Berlin Hospital - Berlin, Wisconsin • Divine Savior Hospital—Portage; Wisconsin • Clearview Longterm Care Facility-Dodge County, Wisconsin PROFESSIONAL �ZESUME Brian Youngwirth Hydrogeologist Ripo�, WI Office EDUCATION/SPECIAL TRAINING Bachelor of Science in Hydrogeology; University of Wisconsin-Oshkosh; 1998 PROFESSIONAL REGISTRATIONS/AFFILIATIONS Certified Hydrogeologist—State of Wisconsin Federal Hazardous Waste Site Worker Certification—Wisconsin Safety Services, Inc. Confined Space Entry Certified=Wisconsin Safety Services, Iric: Site Assessor Certification—Wisconsin Department of Commerce Tank System Remover, Cleaner Certification—Wisconsin Department of Commerce Scientific Nuclear Density Meter Certification CONTINUING EDUCATION/SHORT COURSES Environmental 8-Hour Hazardous Waste (Site Assessar/Cleaner Remover), Bureau of Storage Tank Regulation 8-Hour Hazardous Waste Site Worker Refresher Training,Lindberg Compliance Services Group Construction Material Testing American Concrete Institute Certification-Grade 1 American Concrete Institute Strength Testing Technician Nuclear Density Gauge Operation Training, Aguinaga Technical Services PROFESSIONAL EXPERIENCE AND BACKGROUND Professional Service Industries, Inc.; April 1, 2014 to Present — Mr. Youngwirth is a Seniar Project Manager, with responsibilities including field monitoring and testing of native soils and structural fill. Caisson installation, inspection, and documentation concrete and asphalt testing. Midwest Engineering Services, Inc.; 2001 to April 1, 2014 —Mr. Youngwirth is a�Senior Project Manager, with responsibilities including field monitoring and testing of native soils and structural fill. Caisson installation, inspection, and documentation concrete and asphalt testing. Fischer Environmental, Inc.; 1997 to 2001 - Mr. Youngwirth's duties include project management of environmental projects and report preparation for site investigations and site closures. Technical duties include soil and groundwater sampling, groundwater monitoring well installation and sampling, subsurface investigations and excavations, soil characterization, and construction inspection. � Prior to his employment at MES, Mr. Youngwirth held the position of Hydrogeologist for a consulting fi?m where his responsibilities included soil and groundwater sampling, subsurface investigations and excavations, soil characterization, and construction inspection. BRIAN YOUNGWIRTH, HYDROGEOLOGIST PAGE TWO SPECIFIC PROJECT EXPERIENCE • Subgrade Inspection, Caisson Installation Documentation for ATC Substation, and Materials Testing— Forward Wind Project, Byron, Wisconsin. • SubD ade Inspection and Materials Testing—University of Wisconsin-Oshkosh Parking Ramp Project, Oshkosh, Wisconsin. • Subgrade Inspection and Materials Testing—Castle Rock Renewable Fuels Project,Necedah, Wisconsin (Fagen Engineering) • Caisson Installation Documentation and Materials Testing- American Transmission Company Columbia&Rio T-Line Project, Columbia County, Wisconsin: - • Caisson Installation Documentation and Materials Testing—American Transmission Company Howards Grove Tap Project, Howards Grove, Wisconsin. • Subgrade Inspection and Documentation and Materials Testing—Lowes Home Center, Oshkosh, ; Wisconsin. • Subgrade Inspection, Materials Testing, Caisson Installation Documentation, Cast In-Place Concrete Testing—Dodge County YMCA Project, Beaver Dam, Wisconsin. _ PROFESSIONAL RESUME DAVIS VOIGHTS SENIOR ENGINEERING TECHNICIAN/PROJECT MANAGER RIPON,WI EDUCATION/SPECIAL TRAINING Bachelor Degree in Arts in Geology with emphasis in Environmental Geochemestry; Lawrence University, Appleton, WI; 2006 PROFESSIONAL EXPERIENCE AND BACKGROUND Professional Service Industries, Inc.; April 1, 2014 to Present: Mr. Voights joined PSI in April of 2014 when MES was purchased. He responsibilities as a Sr. Field Technician include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Voights is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos surveys. Midwest Engineering Services, Inc.; 2012 to April 1, 2014: Mr. Voights joined MES in April of 2012 as a Sr. Field Technician - Responsibilities include field monitoring and testing of structural fill placement, foundation excavation and sub�rade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Voights , is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos surveys. . SELECTED POWER SPECIFIC PROJECT EXPERIENCE • Sr. Engineering Technician—Construction Quality Control Testing,New Chester Dairy- Grand Marsh, Wisconsin • Sr. Engineering Technician—Construction Quality Control Testing, Police Station- West Bend, Wisconsin • Sr. Engineering Technician—Construction Quality Control Testing, Calf Source Dairy-De Pere, Wisconsin • Sr. Engineering Technician—Construction Quality Control Testing,Mercury Marine Plants 4-11 and 17-Fond du Lac, Wisconsin • Sr. Engineering Technician-Construction Quality Control Testing, Sargento-Plymouth and Hilbert, Wisconsin • Sr. Engineering Technician- Construction Quality Control Testing,Fox Valley Technical College-Appleton, Wisconsin DAVIS VOIGHTS PAGE TWO • Sr. Engineering Technician- Construction Quality Control Testing, EK Machine-Fall River, Wisconsin � Sr. Engineering Technician- Construction Quality Control Testing, Touchmark-Appleton, Wisconsin • Sr. Enaineering Technician- Construction Quality Control Testing, Cove Marine-Princeton, Wisconsin PROFESSIONAL RESUME DOMINIC Z. DEWITT SENIOR ENGINEERING TECHNICIAN RrroN,�'I EDUCATION/SPECIAL TRAINING , • University of Wisconsin-Platteville, Platteville, WI • Bachelor of Science in Civil Engineering, Graduation Date: December 2011 " • Emphasis: Geotechnical, Structural � PROFESSIONAL EXPERIENCE AND BACKGROUND ° Professional Service Industries, Inc.; April 1,2014 to Present: Mr. Dewitt joined PSI as a Sr. Field , Technician when MES was purchased on April 1, 2014 - Responsibilities inspecting and testing foundation subgrade soil, operating a nuclear density gauge, documenting the installation of driven piles, helical piles, and rammed aggregate piers. He performs a variety of laboratory tests related to _ aggregate, asphalt, concrete, mortar, grout, and soils as well as asphalt/concrete coring, serving as a drill-rig helper. Mr. Dewitt is also responsible for conducting field investigations and is ACI certified concrete tester-slump, air content, temperature, unit weight, compressive strength Midwest Engineering Services,Inc.; Apri12012 to April 1, 2014: Mr. Dewitt joined MES in April 4 of 2012 as a Field Technician - Responsibilities inspecting and testing foundation subgrade soil, operating a nuclear density gauge, documenting the installation of driven piles, helical piles, and � rammed aggregate piers. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils as well as asphalt/concrete coring, serving as a drill-rig helper. Mr. Dewitt is also responsible for conducting field investigations and is ACI certified concrete tester- ° slump, air content,temperature, unit weight, compressive strength � Rock Removal Resources.; Summer of 2008: Operated heavy equipment (skid loader, pay loader, roller). ACCOMPLISHMENTS � Passed Fundamentals of Engineering Eaam (FE) —Spring 2011 PROFESSIONAL RESUME ADAM T. MARTIN FIELD TECHNICIAN RII'ON,WISCONSIN EDUCATION/SPECIAL TRAINING University of Wisconsin-Madison B.S. Civil and Environmental Engineering- 2010 ---- —_ _ __ _ .... _ _ _ __ _____ „ Milwaukee Area Technical College Associates of Science in Liberal Arts - 2005 PROFESSIONAL REGISTRATIONS/AFFILIATIONS • Engineer-In-Training License -Wisconsin (2012) • ACI Concrete Field Testing Technician- Grade 1 Certified (2006) � • AutoCAD 2014 utilizing x-ref, blocks, pen tables, plot styles, specified CAD standards, etc. PROFESSIONAL EXPERIENCE AND BACKGROUND GEITS Global—Technical Drafter/Designer(April-May 2014): Lead construction and design proposals for renewable, reusable, and recyclable energy projects with Au-toCAD 2014 for duration of project with limited supervision. Configured solar panel designs on water basins providing energy for municipalities � Tres Rios Consulting Engineers, Inc - Engineer Intern (2007): managed two water utility project designs to remove arsenic and fluoride concentrations from water with use of AutoCAD 2007,produced cost estimates and project bids on forthcoming projects. Produced preliminary to final designs of projects with direct communication of senior engineers Advance Testing Co. - Civil Engineer Co-op (2006): Tested construction sites for varied _ concrete, soil, and asphalt specifications. Site supervision of concrete and asphalt pours, soil compaction tests with Troxler nuclear density gauge, conducted tests in accordance with ASTM specifications. Established lab analysis and tests on: soil gradations, cured concrete samples, and steel rebar for accurate representation of field test results Professional Sen�ice Industires, Inc.; March 9th,2015: Mr. Martin recently joined PSI in March of 2015 as a Field Technician - Responsibilities include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Martin Adam T. Martin PAGE TWO is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos surveys. SPECIFIC PROJECT EXPERIENCE ` ACADEMIC DESIGN PROJECTS • Wastewater Treatment Plant Prototype: Wastewater Treatment Plant(Beloit, WI) desib ed with new treatment processes. Utilized AutoGAD for designing: - - transportation, landscape, structural, and pump layout � Water Pump Design: Restructured 3 Water Pump Stations exercising AutoCAD's dynamic architectural tools to provide new disinfection method of ultraviolet lamps x • Emergency Eyewash and Shower Equipment Analysis: Comprehensive literature submitted to the American Society of Plumbing Engineers to discover more effective methods to treat chemical burns PROFESSIDNAL RESUME Karen Powers AutoCAD drafter Ripon, WI Office EDUCATION/SPECIAL TRAINING Associates Degree, Civil Engineering and Architectural Design,Moraine Park Technical College PROFESSIONAL REGISTRATIONS/AFFILIATIONS " ACI Concrete field testing Technician _ ----__ _ _ ___ Scientific Nuclear Density Meter Certification I�ROFESSIONAL EXPERIENCE AND BACKGROUND Karen Powers joined Professional Service Industries, Inc. on April 1, 2014 with the purchase of MES. Karen Powers worked Midwest Engineering Services, Inc. from May 2001 to April l, 2014, bringina with her over 10 years of AutoCAD drafting, and field surveying experience. Mrs. Power's duties include all drafting for both environmental and geotechnical projects. Technical duties include field surveying, construction staking, survey computations and site layouts. She also is soils lab technician assistant. Prior to her employment at PSI and MES, Mrs. Powers held the position of AutoCAD drafter for a consulting firm where her responsibilities included all drafting for both environmental and survey projects and emergency construction inspection and testing. � PROPOSAL COST BREAKDOWN CONSTRUCTION MATERIALS TESTING 2015 CAPITAL IMPROVEMENT PROGRAM ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTfiL QTY. 1. Roundtrip Charge Each 160 $ 35.00 $ 5,600.00 2. Field Time Hour 1,000 $ 37.50 $ 37,500.00 _ _ _ 3. Equipment Rental Hour 1,000 $ 2.50 $ 2,500.00 4. Vehicle Rental Hour 1,000 $ 3.50 $ 3,500.00 5. Sieve Analysis of Aggregate Each 15 $ 50.00 $ 750.00 , 6. Modified Proctor Density Test (aggregate) Eadi 10 $ 150.00 $ 1,500.00 5. Trench Backfill Testing Reports Each 20 $ 85.00 $ 1,700.00 7. Engineer Consultation Hour 15 $ 92.50 $ 1,387.50 8. Project Manager Hour 70 $ 72.50 $ 5,075.00 TOTAL $ 59,512.50 _ RESPONSE TIME TO SITE 0.5 l�ours N�� � � N�; Inforfnation /r �To Build On Engineering • Consulting • Testing March 5, 2015 Mr. Peter Gulbronson Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Subject: Proposal for 2015 Capital improvement Program Construction Materials Testing - City of Oshkosh Oshkosh, Wisconsin PSI Proposal_No. 146102 __ Dear Mr. Gulbronson, , Professional Service Industries, Inc. (PSI) is pleased to submit this proposal to perform the construction materials testing services associated with the 2015 Capital Improvement Program. This submittal is in response to your Request for Proposal (RFP), sent on February 26, 2015. We believe that this submittal will demonstrate that our firm is well suited for this project. , PSI sincerely appreciates this opportunity to present our firm's qualifications and estimated fee for this project, and will commit the personnel and resources necessary to provide the professional, economical, and timely service that you expect. We have offices in Ripon and Menasha, both of which are in close proximity to your projects. In addition, we have experienced fiield/professional staff that live in Oshkosh and will be able to respond quickly to the needs of the project. We look forward to working with you on these projects. If you have any questions regarding this submittal, please contact me at your convenience. Sincerely, � ,� �, rofessional Service Industries, Inc. (PSI) Jeffrey L. Fischer Branch Manager -.__ Professional Service Industries, Inc. (PSI) Matthew A. Henderson, P.E. Vice President Professional Service Industries,Inc.•608 North Stanton Street•Ripon,WI 54971 •Phone 920/745-2200•Fau 920/745-2222 RECEIVED MAR 27 2015 Professional Service Industries, Inc. CONSTRUCTION TESTING AND ENGINEERING FEES STANDARD FEE SCHEDUIIEt��O .3 pUBL1C WORKS OSHKOSH, WISCONSIN ENGINEERING SERVICES Engineering services for on-site monitoring and evaluation, construction materials testing, job site meetings, report preparation and review, and consultation. Staff Engineer or Geologist $75.00/Hour Principal Engineer $100.00/Hour Project Engineer or Geologist $85.00/Hour Principal of Firm $110.00/Hour Administrative $25.00/Hour FIELD TESTING SERVICES Technical services for on-site monitoring and testing of materials for earthwork, foundations, concrete, masonry, structural steel,fireproofing, roofing, and pavement construction. Engineering Technician $37.50/Hour Nuclear Density Gauge $2.50/Hour Engineering Technician II $42.50/Hour Floor Flatness Gauge $75.00/Day Senior Engineering Technician $50.00/Hour Windsor Probe $50.00/Day+Probe Structural Technician $65.00/Hour Concrete Cylinder Molds $30.00/box(20) Trip Charge $3.50/Hour LABORATORY TESTING SERVICES Concrete Compression Test Moisture Content $5.50/Each cylinder cast by PSI $11.00/Each Density with Moisture Content $28.00/Each cylinder cast by other $15.00/Each Organic Content(Loss on Ignition) $28.00/Each trimming Charges $5.00/Each Percent Finer No. 200 $30.00/Each Concrete Core Compression test $30.00/Each Grain size-Mechanical $50.00/Each Aggregate Sieve Analysis $50.00/Each Grain size-Hydrometer $75.00/Each Mortar Cube Compression Test $12.00/Each Atterberg Limits $50.00/Each Grout Cylinder Compression Test $12.00/Each Standard Proctor $125.00/Each CMU Compression Test $30.00/Each Modified Proctor $150.00/Each Asphalt Core Density $25.00/Each California Bearing Ratio $250.00/Each MTSG Test $50.00/Each Permeability, Granular Soil $200.00/Each Asphalt Extraction/Gradation $150.00/Each Permeability, Cohesive Soil $225.00/Each Marshall Density Test $150.00/Each Sample Prep/Remolding $30.00/Each REMARKS - Personnel charges will be based on a portal-to-portal basis; a minimum charge of 3 hours will apply for all Field Testing Services. One (1) day advance scheduling is requested for all field testing services; same-day scheduling will be subject to a premium rate of 1.3 times the standard rate. Project Engineer for contract administration, scheduling, report review and consultation will be charged to all reports at a minimum rate of one half hour per report. An overtime multiplier of 1.5 will be used for services performed on Saturday, Sunday or holidays;for work scheduled outside the hours of 7:30 a.m.to 5:00 p.m.;or for more than eight(8)hours per day. The above prices include up to four (4) copies of the report distributed as requested. Payment for invoices will be due within 15 days of receipt of invoice. Interest will be added at a rate of 1 1/2% per month of delinquency. Proposal estimates and verbal quotations will remain valid for 60 days, at which time they may be subject to change or withdrawal. F:\CT�MARKETCTFS08a.DOC '4�^ � CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYI� � 04/13/2015 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,ce�tain poficies may r .�u'Lre�d,rl,�en�o�sement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER _ CONTACT Marsh USA Inc.� '� E' 445 South Street,Suite 2100 p,p R �,3 �.°"E , F''" ac No: Momstown,NY 07962-1966m ppo�es 'S Attn:Philadelphia.Certs@Marsh.com Fax:212-948-0360 ��., • T pF PU$ INSURER S AFFORDING COVERAGE NAIC S J19623--15-16 DEP �SK+W iNSURerta;TravelersPropertyCasuallyCo.OfAmerica 25674 INSURED INSURER B:N/A NIA PROFESSIONAL SERVICE INDUSTRIES,INC.O 608 NORTH STANTON STREETa INSUREtt C:Lexington Insurance Company 19437 RIPON,WI 54971 iNSURert o:Charter Oak Fire Insurance Company 25615 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CLE-004232741-03 REVISION NUMBER:S THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TypE OF INSURANCE �DL SUBR pOLICY NUMBER MMIDIC�Y EFF 'POLI�Y EXP LIMITS LTR �� GENERAL LWBILITY EqCH OCCURRENCE y 1,000,000 A X COMMERCIAL GENERAL LIABILIN TC2JGLSA8042X73ATIL15 03/01/2015 03I01I2016 pREM SES Ea occTu ence S 1,000,000 CLAIMS-MADE �OCCUR MED EXP(Any one person) a 10,000 X PROD I COMPLETED OPS. aeRSONn�a n�v iN�uRr S 1,000,000 X CONTRACTUAL GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPlOP AGG S 2,000,000 POLICY X PR� LOC $ A AUTOMOBILE LIABILITY TC2JCAP8042X741TILt5 03/01/2015 03/01l2016 COMBINED SINGLE LIMIT 2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS NON OWNED PROPERTYDAMAGE S HIRED AUTOS AUTOS Per accident S X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS UAB CLAIMS-MADE ZUP-12S73876-15-NF 03/01/2015 0310112016 AGGREGATE y 2,000,000 DED X RETENTION$�0,000 a p WORKERS COMPENSATION TC20U6824K294A15(AOS) 03/01/2015 03/01I2016 X WC STATU• OTH- AND EMPLOYERS'LIABILITY � ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N TRJUB8042X76515(AZ,MA,OR,WI) 03/01/2015 03I01I2O16 E.L.EACH ACCIDENT f 1,000,000 OFFICER/MEMBER EXCLUDED? � N�A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C PROFESSIONAL LIABILITY 020720814 03/01/2015 03/01I2016 EACH CLAIM 1,000,000 'SIR:1,000,000' AGGREGATE 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 107,Addltional Remarks Schedule,if more space is required) RE:PSI PROJECT N0.0092312,CITY OF OSHKOSH;2015 CAPITAL IMPROVEMENT PROJECTIO m CITY OF OSHKOSH,AND ITS OFFICERS,COUNCIL MEMEBERS,AGENTS,EMPLOYEES AND AUTHORIZED VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSURED WHERE RE�UIRED 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.�ENERAL LIABILITY POLICY INCLUDES ADDITIONAL INSURED ENDORSEMENT FORM CG D2 46 08 05(COPY ATTACHED). NOTICE OF CANCELLATION WILL BE PROVIDED TO CERTIFICATE HOLDER.SEE ATTACHED ENDORSEMENT. CERTIFICATE HOLDER CANCELLATION CITY OF OSHKOSHO SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:CITY CLERIm THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 CHURCH AVENUEO ACCORDANCE WITH THE POLICY PROVIS�ONS. PO BOX 71130� OSHKOSH,WI 54903-1130 AUTHORIZED REPRESEN7ATIVE of Marsh USA Ina Manashi Mukherjee �'Lauoo�.:� - O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY Policy Number: TC2J-GLSA-8042X73A-TIL-15 Issue Dateq 03-03-15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITItJNAL INSURED {CGNTRACTC�RS} This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED— (Sectian II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in. a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part,but: erations hazard" unless the 'Written contract a} Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage"or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured app�ies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time far of "your worlc" to which the '�nrritten contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follaws: collectible "other insurance", whether primary, a} In the event that the Limits af Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability reyuired by the cover under this endorsement. However, if the '1n�ritten contract requiring insurance", the in- "vvritten contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributary basis, yuired by that '�rvritten contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III— Limits Of Insurance. for suoh loss, and we will not share with that b} The insurance provided to the additional in- "other insurance". But the insurance provided to �� �� the additional insured by this endorsement still is sured does not apply to bodily injury", prop- �xcess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person ar organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- q, As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or fai►ing to prepare or ap- a} The additional insured must give us written prove, drawings and specifications; and notice as soan as practicable of an "occur- rence" or an offense which may result in a ii. Supervisory, inspection, architectural or claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 05 �20Q5 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where ihe "occurrence" any provider af"other insurance"which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to "other insur- damage arising out of the "occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. i. Immediately record the speeifics of the — DEFINITIONS: claim ar"suit"and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part af 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 additional in- receive written notice of the claim or suit as sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" ao- 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 the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suiY' to c. Before the end of the policy periad. Page 2 of 2 O 20Q5 The St. Paul Travelers Companies,lnc. CG D2 46 08 05 �� POLICY NUMBER:TC2�-GL5A-8042XT3A-TIL-15 ISSUE DATE: 03-1 1-15 THIS ENDQRSEIIAENT CHANGES THE PQLIGY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - N�3TICE 4F CANCELLATIQN PRQVIDEQ BY US This endorsement modifies insurance provided under the following: ALL GOVERAGE PARTS INCLUDED IN THIS P�LICY SCHEDULE CANGELIATION: Number of Days Notioe of Cancellation: 30 PERSON OR ORGANIZATION: Any person or organization to whom you have agreed in a written oontract that notice of cancellation of this poticy wi11 be given, t�u t on 1 y i f: 1 . You send us a written request to provide such notice, including the name and address of such person or organization� after the first Named Insured receives notice from us of the cancellation of this policy; and 2. We reoeive such written request at least 14 days before the = beginning of the appticable numt�er of days shown in this �� endorsement. o� o° o� o= ADDRE3S: o� The address for that person or organization included in such written o_ request from you to us. o= o� m �= �= o� o� o� � m= = PROVISIONS: — If we cancel this policy for any statutorily permitted above.We will mail such notice to ihe address shown reason other than nonpayment of premium, and a in the schedule above at least the number of days number of days is shown for cancellation in the shown for cancellation in the schedule above before schedule above, we will mail notice of cancellation to the effective date of cancellation. the person or organization shown in the schedule IL T4 05 03 11 �2011 The Travelers Indemnity Company.All righis reserved. P89G' 1 af 1 00000�