Loading...
HomeMy WebLinkAboutProfessional Services Industriesr� CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5065 FAX (920) 236-5068 LETTER OF TRANSMITTAL To: Mr. Patrick Bray Professional Services Industries, Inc. 1125 West Tuckaway Lane, Suite B Menasha, WI 54952 Please find: ❑ Copy of Letter ❑ Meeting Notes ❑ Specifications � Attached � Contracts ❑ Photos ❑ Estimates Quantity Description 1 Executed A reement Date: November 13, 2015 Sub�ect: Executed Agreement SubsurFace Exploration and Geotechnicai Engineering Evaluation for 2016 CIP ❑ Under Separate Cover ❑ Amendment ❑ Report ❑ Agenda ❑ Mylars ❑ Change Order ❑ Plans ❑ Diskette ❑ Zip Disk ❑ Other 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 2016 CIP subsurface expioration and geotechnical engineering evaluation services. Please reference Res. No. 15-463 on all of your invoices. If you have any questions, please contact us. City Clerk's Office — Original cc: _ File — Original I:1Engineering\Soil Borings�20161PS1 LOT-Executed Agreement_11-13-15.docx Signed: / � Trac 'L Taylor 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 PROFESSIONAL SERVICES INDUSTRIES, INC., 1125 West Tuckaway Lane, Suite B, Menasha, WI 54952, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR 2016 CAPITAL IMPROVEMENT PROJECTS. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Patrick Bray, E.I.T. — Branch Manager B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Pete Gulbronson, P.E., CDT — Civil Engineering Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. 1:1Engineering\Soil Borings�2016\PSI Agreement_10-20-15.docx Page 1 of 6 All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. 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. I:�Engineering�Soil Borings�2016\PSI Agreement_10-20-15.docx Page 2 of 6 ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY'S Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated October 2, 2015 and attached hereto 3. CONSULTANT's Proposal dated October 19, 2015 and attached hereto I:�Engineering\Soil Borings�2016\PSI Agreement 10-20-15.docx Page 3 of 6 In the event that any provision in any of the above component p� AGREEMENT conflicts with any provision in any other of the component provision in the component part stated. component part first enumerated above shall govern over which follows it numerically except as may be otherwise ARTICLE XII. PAYMENT �rts of this parts, the any other specifically 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 $78,030 (Seventy Eight Thousand Thirty Dollars). Attached fee schedules shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages 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\Soil Borings�2016\PSI Agreement_10-20-15.docx Page 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:�Engineering\Soil Borings�2016\PSI Agreement_10-20-15.docx Page 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: (Seal of Consultant if a Corporation) (Witness) (Witness) AP ,ROVED: r. "1 � � _. i , � i y ttorney CONSULTANT L� : � ���j� �anc1-� i�'tGt n a cy� ✓ G1 (Specify Title) (Specify Title) CITY OF OSHKOSH � /� . ��,----� ��___— M kar A. Rohloff, City Man ger 1L � ; �, Pamela R. Ubrig, City CI k� � I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. �/�7d C/ ll:r� n�. City Comptroller I:�Engineering\Soil Borings�2016\PSI Agreement_10-20-15.docx Page 6 of 6 DEPARTIIENT OI' PUBLIC �VORI{S 215 Churcl� Avenue ' P.O. Box ll30 Osl►kosh, �Visconsin 54903-1130 Ph. (920) 236-5065 P'ax (920) 236-5068 Ociobei• 2, 2015 Patrick Bray Professional Services I�idustries, Inc. 1125 West Tucka�vay Laiie, Suite B Menasha, WI 54952 � OlI--�O./H ON 7}{E Vl�TER RE: Reqi�est for Pi�opos�l foc� Suhst�rface �xpIot•ation and Geoteciii�ical �ngineei•ing �va[i�at'roi� for ttie 2016 Capital Tniprovemeut Prajecis Dear Mr, Bray: The City of Oshkosh is hereby requesting pi�oposals be submitted for Subsui•face Exploratioii ai�d Geoteclinical Engineering sezvices related to tt�e City's 2016 Capital I�nprovement projects. The purpose of this exploration program is to identify the soil and ground���ater conditions �vithin the depths of the project eYCavations. The reports are to provide a summacization of pavement and base coarse thicknesses, soil type verification, bedrock depth if encountered, and ground�vater leveis, I�i addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. The p►•oposal sliall include at a miciirnum: related projeet expei•ierice, plaiuied project teacn and resumes, engineering fee schedule, and a brea4cdo�vn of costs as requested in the attached Scope of Setvices. This contract �vill have fouc separate deliverables each �vith uniqtle due daies tl�at are also listed in the Scope of Services. The proposals will be reviewed foi• completeness and ho�v �vell it is demoiistrated that the needs of the City of Oshkosh can be met. The aivard of this work tivill not be based solely on cost of the proposal. On contracf 16-Q7 Fo��d du Lac Road Sanitary Se�ver Interceptor poi�ion of the contract, ihe City of Oshkosh anticipates drilling illto bedrock at s�vallow depths. The E�igineer will detarinine the locatioiis of the rock cores to determine tl�e bedrock profile, It is anticipated tiiat rock cores `vill be taken every 600 feet. Qiiestiotis regarding this reqtiest for proposal shall be etnailed to rne at ��gulbronso�i cr,ci.oshkosll.�vi,tis (�vitli the subject heading of "201G Subsurface Exploration and Geotechnical Engineering Evaluation RFP Questions") by 12:00 nooii on F3•iday Octohel• 9, 2015. Tlie questions aiid appropi•iate responses �vill be distributed to all parties receiving this Reqnest for Proposals by 2:00 p.n�. oi� Wednesday, October 14, 2015. Please submit fotu• (4} copies of the proposal to tny attention no latet• than 2:00 u.m, on Monday, October 19, 2015. It is anticipated tliat award of this coirtract �vi11 be macie by Monday, October 26, 2015. Please ensure you have fhe pi•oper iusurance papenvork, so the award is not delayed. bEPr#RTI�IENT OF PUBLIC'4VQRI{S 215 Charcti Avenue P.O. Box 1130 OshEcosl�, �Yisconsin 54903-1130 Ph. (920) 236-5065 I'as (920) 236-5068 � of�o1 ON TItE W/�TER Attached to this letter are copies of t}�e Scope of Seivices, Proposal Cost Breakdown, Sample Doring Log, Star�dard Eiigiiieei•ing Setvices Agreement, Pr•ofessional Se�vices Liability Insttrance Reqnirements, and tl�e Pollutio►i Exposures Liability I��surat�ce Requirements. The i��formation contained ivitliin these attachmecits sliall become a part of the Contract �vitil the Cansultant selected to perform the Services. If you l�ava atty qtiestions, please do not hesitate to contact us Sincerely, � �� Pete Gtilbrotison, P.E. Civil Engineer Supeivisor Enclosures cc: James Rabe, P.E., Director of Public Works Steve Gohde, P.E., Assistant Director of Public Works File SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2016 CAPITAL IMPROVEMENT PROJECTS 1. The scope of this contract is to identify subsurface conditions within the depths of various project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses, soil classifications, bedrock depth if encountered, groundwater levels, and deep utility construction recommendations. In addition, field screening of the soil samples are to be completed to identify potential environmentally impacted soil. Reports shall be prepared in general accordance with normally accepted geotechnical engineering practices. A. A total of 67 soil borings are anticipated for the following Capital Improvement projects. i. Contract 16-04 — Concrete Paving & Utilities a. Bowen Street (Fox River to Otter Avenue) a. (3) 15-ft borings, (6) 20-ft borings b. Pavement type is as follows: i. Fox River to Bay Shore Drive: 2006 Sealcoat over 1998 2" Cold Mix overlay ii. Bayshore Drive to Otter Avenue: 1969 Concrete b. Mill Street (Fox River to Otter Avenue) a. (2) 15-ft borings, (5) 20-ft borings b. Pavement type is as follows: i. Fox River to Bay Shore Drive: 1987 Hot Mix Asphalt ii. Bay Shore Drive to Otter Avenue: 1986 Road Mix c. Dtter Avenue (Broad Street to Bowen Street) a. (3) 15-ft borings, (2) 20-ft borings b. Pavement type is 1978 Hot Mix Asphalt d. Ceape Avenue (Mill Street to Bowen Street) a. (2) 20- ft borings b. Pavement type is 1979 Hot mix Asphalt ii. Contract 16-OS — Concrete Paving & Utilities a. Bismarck Avenue (South Sawyer Street to Guenther Street) a. (3) 15-ft borings b. Pavement type is 1955 Road Mix. b. North Westfield Street (Robin Avenue to Oshkosh Avenue) a. (11) 20-ft borings b. Pavement type is 1977 Concrete. c. Dickinson Avenue (Maricopa Drive to South Washburn Street) a. (3) 15-ft borings b. Pavement type is 1991 Concrete. d. West 20�' Avenue (Clairville Road to point 1500 feet East) a. (6) 20-ft borings b. Pavement type is Turf. e. West Ripple Avenue (Oregon Street to point 1100 feet East) a. (5) 20-ft borings b. Pavement type is Hot Mix Asphalt Page 1 of 5 iii. Contract 16-07— Fond Du Lac Road Sanitary Sewer Interceptor a. Fond Du Lac Road (West 28th Avenue to East Waukau Avenue) a. (10) 25-ft borings b. Pavement type is Turf. b. East Waukau Avenue (Fond Du Lac Road to point 900 feet East) a. (4) 25- ft borings b. Pavement type is 1994 Concrete iv. Contract 16-17 — Lift Station Design for Mary Jewell Park a. North Eagle Street a. (2) — 35-ft borings b. Borings will be in turf. c. v. Oregon Street — Fox River to Fisk Avenue (CTH N) a. Oregon Street a. (1) — 20-ft boring b. (5) — 25 ft borings c. (7) — 30 ft borings d. (2) — 35-ft borings e. (4) — 45-ft borings f. (1) — 50-ft boring g. Borings will be in sidewalk and turf. 2. The City of Oshkosh will perform the following tasks: A. Provide consultant with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Consultant to provide suspect locations for sampling and other pertinent information prior to drilling. C. Provide consultant with an engineering staff member to assist in boring layout. D. Provide consultant final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the consultant's use in boring log development. 3. The Consultant will perform the following tasks: A. All items necessary to perform the tasks detailed in the scope of services. B. Subsurface Exploration and Reporting i. Mark the borings in the field and coordinate with Digger's Hotline. Remarking of soil boring locations due to weather will be the responsibility of the consultant. ii. Set a meeting for boring layout per street with Consultant, all Digger's Hotline locators, and City of Oshkosh layout representative. The City Utility locator will NOT mark utilities down the entire street due to the length of time this will take, but rather will provide a radius around the specific boring locations. iii. Coordinate with the City of Oshkosh on drilling schedule and provide 7-day notice of the onsite boring layout meeting. iv. All streets are to remain open to traffic. The consultant will be responsible to furnish all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Page 2 of 5 Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. v. If a particular boring cannot be accessed during drilling operations, work with the City of Oshkosh on a revised location. vi. Standard geotechnical practices for subsurface sampling, borehole abandonment, and laboratory testing. vii. Standard geotechnical sampling with 1.5' split-spoon samples spaced 1' (verticaliy) apart starting at an even point below the pavement (i.e. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned �o the laboratory for further examination and testing. viii. If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity, If this boring also has refusal at a depth similar to the initial boring, a collaborative decision wi11 be made whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed sewers; therefore, accurate identification of material type down to the indicated depth is necessary. Due to the depths of the proposed sewers and material type in Oshkosh, the consultant is required to anticipate hard drilling throughout. ix. Soil parameters for pavement design are not being requested at this time. Any laboratory testing is at the discretion of the consultant in order to provide services as detailed in the RFP. At a minimum, moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. x. Pavement shall be restored in-kind. It is the consultant's responsibility to know current pavement type. xi. Groundwater elevations shall be estimated for every borehole. xii. Field Screening and Environmental a. PID/FID every soil sample as described below. b. Representative soii samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. In the laboratory, prepare a portion of the field samples for PID/FID screening (i.e. sealed bags) and place in an environment where they will be allowed to equilibrate to a temperature of approximately 70° Fahrenheit. Once this temperature is reached, use the PID probe until the readings become steady or consistently decline. If a there is a reading of 20 or more PID units, immediately place the main sample in the refrigerator or on ice and notify the City of Oshkosh so arrangements can be made for sample exchange with our Environmental Consultant. Main samples are to remain cool until PID readings are taken. c. Split samples may be taken by Environmental Consultant during drilling operations. We will inform the selected consultant of these locations; however, no additional work wili be required. xiii. Reporting Requirements a. Project Overview b. Field Procedures c. Laboratory Procedures d, Exploration Results (broken up by street) Page 3 of 5 _ . ._ � �. � �.:,.� e. Considerations and Recommendations a. Recommendations for deep sanitary sewer construction are requested (i.e. slope stability aild dewatering). b. Other information as appropriate. £ General Qualifications g. Individual Soil Boring Logs (include PID readings) h. Soil Boring Location Diagram i. Summary Table (separate table for each street) a. Boring Identification b. Boring Depth (proposed & actual) c. Pavement Thickness d. Base Coarse Thickness e. Fill Thickness f. Depth of Bedrock or Refusal, if present g. PID Reading 4. Project Deliverables A. Schedule of Project Deliverables i. Contract 16-04 report due December 11, 2015. ii. Contract 16-OS report due December 18, 2015. iii. Contract 16-07 report due December 18, 2015. iv. Contract 16-17 report due January 15, 2416. v. Oregon Street report due February 19, 2016. B. Drilling can be completed at the consultant's convenience as long as the reports are submitted no later than their respective due date. Proposal Cost Breakdown A. Boring Layout i. Cost to include coordination with Diggers Hotline, Utility Locators, and the City of Oshkosh engineering staff. ii. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling (lump) i. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling, including the contingency amount is not exceeded. C. Soil Borings (per foot) i. Cost to include proper borehole abandonment and street patching. ii. Cost to include field screening (i.e. PIDlFID as appropriate). iii. Unit cost will also be used for additional drilling, if needed. iv. A contingency amount is added to the proposal cost breakdown sheets attached. v. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge once the cantract has been awarded will not be approved. D. Project Engineering and Reporting (lump sum} i. Additional payment for project engineering and reporting will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. E. Steam cleaning costs will be handled on a contingency basis. If drilling in areas of known contamination, steam cleaning is more than likely required. Actual costs are to be billed to the specific contract. Do not cross contaminate sainples. Page 4 of 5 � . , ��ww. � � � .� F. Rock Coring will be handled on a contingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. One possible example where blind drilling might be used is if a boring hits refusal prior to the indicated depth. Then another boring would be located a few feet away and blind driiled to the initial refusal depth. H. Provide general rate sheets for items not covered in this RFP. 6. AdditionalInformation A. All work shall be performed by qualified personnel under the supervision of a Registered Professional Engineer in the State of Wisconsin. Reports shall bear the certificate and seal of said Professional Engineer. The ASTM or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. B. The consultant shall take all necessary precautions to prevent damage to a11 adjacent property. The site is to be restored upon completion of drilling to its existing condition including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. C. The entire soil profile is required from the surface to the indicated depth, D. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date, if necessary. E. The number of borings and depths are subject to change. Additional street borings and pond projects may be added to this contract, or borings/work may be deleted at any time. F. It is the contractor's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump spoil material. G. This contract will be per the City of Oshkosh Agreement form only; unless the consultant already has a negotiated services agreement on file with the City of Oshkosh. A sample agreement form is attached to this RFP. The consultant's standard or general services agreement language will NOT apply. Page 5 of 5 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2016 CAPITAL IMPROVEMENT PROJECTS CONTRACT 16-04 CONCRETE PAVING & UTILITIES ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 1 $ $ 3. Soil Borings (estimated quantity includes an additiona130' for contingency purposes) Feet 450 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUB-TOTAL CONTRACT 16-04 $ CONTRACT 16-OS — CONCRETE PAVING & UTILITIES ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 1 $ $ 3. Soil Borings (estimated quantity inciudes an additiona120' for contingency purposes) Feet 550 $ $ 4. Project Engineering and Reporting Lump Sum 1 $ $ SUB-TOTAL CONTRACT 16-OS 1 CONTRACT 16-07 — FOND DU LAC ROAD SANITARY SEWER INTERCEPTOR ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 3. Soil Borings (estimated quantity includes an additional 50' for contingency purposes) Feet 4. Rock Coring (estimated quantity includes an additiona125' for contingency purposes) Feet 5. Project Engineering and Reporting Lump Sum SUB-TOTAL CONTRACT 16-07 1 $ 400 $ 75 $ 1 $ $ $ $ $ $ CONTRACT 16-17 — LIF'T STATION DESIGN FOR MARY JEWELL PARK ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOT�4L QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 3. Soil Borings (estimated quantity includes an additiona120' for contingency purposes) Feet 5. Project Engineering and Reporting Lump Sum SUB-TOTAL CONTRACT 16-17 1 $ 70 $ 1 $ 2 $ $ $ $ OREGON STREET — FOX RIVER TO FISK AVENiTE (CTH N) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 1 $ $ 3. Soil Borings (estimated quantity includes an additiona145' for contingency purposes) Feet 700 $ $ � 4. Project Engineering and Reporting Lump Sum 1 $ � SUB-TOTAL CONTRACT OREGON STREET $. STEAM CLEANING OF DRILLING EQUIPMENT (UNIT COST $ ) X 5 TIMES =$ ROCK CORING (UNIT COST $ ) X 200 FEET =$ BLIND DRILLING (iJNIT COST $ ) X 100 FEET= $ ATV RIG FOR BORING (UNIT COST $ ) X 100 FEET =$ TOTAL PROPOSAL COST ' 3 $ 0 ciEy of qshEcosh ��oe�cr rr�a� 2010 Ftorfh �(de Street Gonstructfon 917H LOOATIO, I Osfikosh, W{sconsl�t � � � � � � DE3CRIATIC?N OF MAT�RIAI. � � � � � � � sUR�AC� �LEVATfON: fl. o$ p •o nc os E2eddlsh brotivn ef(ty clay(Ci�j-wilh lrace of sand and 1�s flne fl�avol - ntolat • very sUff fo hard tA S3 2 S8 3 I SS 0 � � $$ �rar�n allty day (CL) - Ydlh trace o( sand and �ne gravel 6 ss . rciolsl • very sUff lo hard s Ss � Oray s6i (�11.) - molst -.vary sl�if srosrrna� ay C�v raceo cinaep -mo 1- aA sa vary stHf to hatd 15.0 n o Qo ng BorinB advancod �Yilh ao@d-stem auger porfng bsckfiNad �viih 318" dilpped bentonlle Ti�e sUnliflc�llan Ilnas re�resont Ihe �``' a�v ws �t UtY R9 1AL r�orr�rioit���a D F! EOCO:lPRE SN�B fi�1.4 �T�N81F'f,2 � 4 b � pu�srrc v�T�rt ��QUo tiMirst cotrr�ttr k LthUT'h �._��_�_�--�..� � �, � to 20 � 40 _� � � srar.enR� � � P� arru�o+r o ��s � 1i,1 �'t f � � �4 1 1 f ! � �1 it {1 ti <{ ,t r , * * te boundory 1►nos botvreen s�ll typse: tn slfu, lha IraneJflon may be gradual, ,barnRreo21t612ai0 � . racoti!�ta��a�2Gio � 2HTER6npv .. � sx�arho. 1 oF � �R El�AH APPB 6 ' � � AGREEMENT This AGREEMENT, made on the day of , 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME address , party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SERVICES DESCRIPTION ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shail assign the following individual to manage the PROJECT described in this AGREEMENT: Name — Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individuai 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. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants perForming the same or similar services at the time said services are performed. CONSULTANT will re-perForm any services not meeting this standard without additional compensation. I:\Engineering\Soil Borings120161Proposal PhaselSoii Borings Current Agreement Form_10-8-14.docx Page 1 of 5 ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of fabor and materials; unknown or latent conditions of existing equipment or sfrucfures 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 operationai 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, financia! 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 ClTY 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 ff asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation, If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remediaf ineasures at an additional fee and contracf 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. T1ME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work compieted within the time limits as agreed upon in the CITY's Request forProposal. I:\Engineering\Soil Borings12016\Proposal PhaselSoil Borings Current Agreement Form 10-8-14.docx Page 2 of 5 The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of perFormance by the CITY, or discovery of any hazardous substances or differing site conditions. if the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE X. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated and attached hereto 3. CONSULTANT's Proposal dated and attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XI. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: Time and Materials Not to Exceed $ ( Dollars). Attached fee schedules shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE XII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or I:\Engineering\Soil Borings120161Proposal PhaselSoil Borings CurrentAgreement Form_10-8-14.docx Page 3 of 5 administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE Xiil. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XIV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shail be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XV. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. ARTICLE XVI. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. I:1Engineering\Soil Borings120161Proposal Phase\Soil Borings Current Agreement Form_10-8-14.docx Page 4 of 5 0 ARTICLE XVII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. in the Presence of: (Seal of Consultant if a Corporation.) (Witness) (Witness) APPROVED: City Attorney CONSULTANT � : (Specify Title) (Specify Title) CITY OF OSHKOSH ,� . And: Mark A. Rohloff, City Manager Pamela R. Ubrig, City Clerk I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Comptroller I:1EngineeringlSoil Borings�2016\Proposal PhaselSoil Borings Current Agreement Form_10-8-14.docx Page 5 of 5 4/14/14 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that ihe insurance required by the City of Oshkosh is rima coveraqe 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 Ioss. Alf insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. 2. 3. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each ciaim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job GENERAL LIABILITY COVERAGE A. Commercial Generai Liability (1) $1,000,000 each Qccurrence 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 Liabi(ity (3} Persona( injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work {6) The qeneral aqqreqate must apply separatelV to this prolect/location BUSINESS AUTOMOBILE COVERAGE— If this exposure shall exist: � C� $1,000,000 combined single limit for Bodily Injury and Property Damage each accident Must cover liabifity for Symbol #1 -"Any Auto" — including Owned, Non-Owned and Hired Automobi(e Liability. III - 1 7fLliL•� 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. Acceptabilitv 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 `'��° CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CER1'IFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement s. PRODUCER CONTACT Insurance Agency contact NAME: information, including stieet PHONE � � -- Inswance AgenCs —�F� ----------------------- � address and PO Box i1 contact information. ' q�C. No (A/C. No. Ext): ---- (— - j applicable. ---._ _........_. _._._._ ---------__ __ E-MAIL ADDRESS: INSURED lnsured's contact inlormation, including name, address and phone number. INSURER(S) AFFORDING COVERAGE __ __ _ ' INSURERA ABC Insurance Com _an � _._ _.. _.. -- _- Y _-- ------- - -' - �--- iNSUReR e: XYZ Insurance Company ______ _ ___ wsuRerza LMN Insurance Company INSURER D: Insu�er(s) must have a minimum A.M. Best iating of A- �-----���---'-----�-��----��-- and a Financial Performance Rating of VJ or bettei. INSURER E: i NAIC it NAIC # NAIC #_ _ _ NAIC # COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AMY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ _-------------_-------- -•--- ----- -----_ _ --_.... . . ----- -- -. _ ___. _----- - ---- ___._ INSR � '��. ADDL �; SUBR -i � POLICY EFF� � POLICY EXP '��.. LTR �'�. TYPEOFINSURANCE �'�.. INSR � WVD : POLICYNUMBER I fMM/DD/YYYI ;. fMM/DD/YWI � LIMITS �i COMMERCIAL GENERAL LIABILITY A' � I❑�CLAIMSMADE�;�'';OCCUR ��! ISO FORM CG 20 37 OR EQUNALENT L AGGREGATE LIMIT APPLIES PER: POLICY �� PRO-r���LOC JECT? � ANY AUTO B ❑!ALL OWNED i❑ SCHEDULED AUTOS ! AUTOS �,HIREDAUTOS �� NON-OWNED � AUTOS ❑, ❑II! -���.UMBRELLALIAB �'�.�;'OCCUR A LJ EXCESS LIAB u� CLAIMS-MADE � DED � RETENTION $10,000 C WORKERS COMPENSATION ;AND EMPLOYERS' LIABILITY '��,ANY PROPRIETOR/PARTNER/EXECUTNE '!OFFICE/MEMBEREXCLUDED? Y/N .(Mandatory in NH) i� I, If yes, describe under I DESCRIPTION OF OPERATIONS below A ,PROFESSIONAL LIABILITY j :EACH OCCURRENCE _ __ �;�� General Llability Policy Number i Policy effective and expiration date. �. DAMAGE TO RENTED �PREMISES (Ea occurrence) � i ! !--------------- � � � MED EXP (Anv one oersoN i i , � i � � ❑ ' ' '. Auto Liability Policy Number � Policy effecfive and expiration date. I I � j � PERSONAL & ADV INJURY �--- _ _ -----_____ _--- i ',GENERALAGGREGATE PRODUCTS - COMP/OP AGG iCOMBINED SINGLE I.IMIT �' Ea accident (. - - -...---... � ------ -- i BODILY INJURY (Per person) ' BODILY INJURY (Per accidenl) _ ----- . . _._... - --------- . PROPERTY DAMAGE ', (Per accident) i : I ' � j ❑ ! iEACH OCCURRENCE �� � � Umbrella Liability Policy Number ��: Policy effective and expiration dafe ;AGGREGATE __ _ _. i ;� �� I � I ;�I ORYLI ITS�I❑I oER 1 �_50,000 _ $ 5,000 $ �,���,��� $ 2,�0�,0�0 $ 2,000,000 $ $ 1.000,000 $ $ ----- - --.. $ $ 2,���,��� $ 2 000,000 W �.. ,- ---- -- — - —� --- - Workers Compensation Policy � Policy effective and expirafion date. ; E L EAGH.ACCIDENT _ __,j_$ 100,000 Number i i �E L. DISEASE - EA EMPLOYEEi $'I OO,OOO ___�_ ! ��E.L.DISEASE-POLICYLIMIT i $SOO,OOO i I$1,000,000 EACH CLAIM ProfessionalLiabilityPolicy Policyeffectiveandexpirationdafe. i$'I,OOO,OOOANNUALAGGREGATE N�LmhpC _- -__.._. , I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, 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 City of Oshkosh, Attn: City Clerk 215 Church Avenue PO Box 1130 Oshkosh, WI 54903-1130 Insurance Standard llI SAMPLE CERTIF/CATE Please indicate somewhere on this certificate, the contract or project # this certificate is for. CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE, THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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 include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the pertormance of your ongoing operations for the additional insured(s) at the location(s) design- nated above. Insurance Standard lll SAMPLE CERTIF/CATE Please indicate somewhere on this certificate, the contract or project # this certificate is for. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 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. 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 Descri tion Of Com leted 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 onty with respect to liability for "bodily injury", "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 certificate, the contract or project # this certifi ate is for CG 20 37 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑ 4/14/14 CITY OF OSHKOSH INSURANCE REQUIREMENTS IV. POLLUTION EXPOSURES LIABILITY INSURANCE REQUIREMENTS (If exposure exists, this coverage is in addition to and combined with Insurance Standards I or II) The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicabie City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is rimar coveraqe 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. Ali insurance shall be in full force prior to commencing work and shali remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below, whichever is longer. 1. CONTRACTORS POLLUTION LIABILITY A. Definition of "Covered Operations" in the policy must inciude the type of work being done for the City of Oshkosh. B. Limits of Liability: $1,000,000 Each loss for Bodily Injury, Property Damage, Environmental Damage $1,000,000 Aggregate for Bodily Injury, Property Damage, Environmental Damage (Environmental Damage includes Pollution and Clean-up costs) C. Deductible must be paid by Contractor D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors 2. MOTOR VEHICLE / AUTOMOBILE POLLUTION LIABILITY — required "if° the exposure exists A. Definition of "Covered Operations" in the policy must include the type of work being done for the City of Oshkosh B. Limits of Liability: $1,000,000 Each loss for Bodily Injury, Property Damage, Environmental Damage $1,000,000 Aggregate for Bodily Injury, Property Damage, Environmental Damage (Environmental Damage inciudes Pollution and Clean-up costs) C. Deductible must be paid by Contractor IV - 1 4/14/14 D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors E. Must cover Motor Vehicle loading and unloading (Please show on Certificate of Insurance) 3. ADDITIONAL PROVISIONS A. Acceptabilitv 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. B. Additional Insured Requirements — The following must be named as additional insureds on the Contractor's Pollution and (if exposure exists) Automobile Pollution Liability coverage for liability arising out of project work.,.City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. 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 wil� not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk — City of Oshkosh. � ►1d� Taylor, Tracy L • From: Gulbronson, Peter P. Sent: Monday, October 19, 2015 11:22 AM To: Taylor, Tracy L Subject: FW: 2016 Soil Boring RFP Attachments: Answers to Consultant questions.doc; Updated Sheet 2 of Proposal.pdf _ _ . _ __._ From: Gulbronson, Peter P. Sent: Wednesday, October 14, 2015 2:04 PM To: 'gowens@amengtest.com'; 'nayan.saha@gestrainc.com'; 'gbarker@rvtcorp.com'; 'Patrick Bray'; Timm, Paul Subject: 2016 Soil Boring RFP � As per the scope of services, attached are the questions and answers from the consultants. Please remember if your company plans to submit, the submittal is due on Monday October 19th by 2:00 P.M. Thank you for your interest in our project 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: pqulbronson(c�ci.oshkosh.wi.us Go Green - keep it on screen. Think before you print! 1 RFP QUESTIONS FROM CONSULTANTS FOR THE PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR THE 2016 CAPITAI IMPROVEMENT PROGRAM guestion #1: Boring 16F-1 appears to be located in or near the railroad right-of-way. Can you confirm whether this boring is in our out of the railroad right-of-way? If it is in the ROW we'll likely need to obtain special permits and there may be a need for a railway flag person to be on site during the drilling. Both will add significant costs to the project, so if required we'd need to know if the City would coordinate the railroad permits/flagging, or if the geotechnical consultant should include these costs in our estimate. The City will locate the boring outside the railroad right of way so no flagging permit wifl be required. Question #2: • On Contract 16-07 you have 275' of rock coring with an anticipated spacing of 600'. At this spacing we'd expect 6-8 cores. Are you expecting a need for core runs greater than 5' to 10' below auger refusal depth? Please confirm the possible depth of core runs below auger refusal as it may affect the amount of drilling time required to complete the work. That quantity should be 75' not 275'. I am anticipating taking rock cores to the flow �ine of the proposed sanitary flow lines depths. This will requ+re approximately seven (7) rock cores about ten (10) feet in depth. 1 have attached the updated quantity sheet for this adjustment. Question #3: On Oregon Street how many of the borings are anticipated to be in the sidewalk vs in turf? This will affect the number of concrete patches that will be required. Borings 16-OR-1 through 16-OR-12 will be in the concrete sidewalk and Borings 16-OR-13 through 16- OR-20 will be in the turf. CONTRA.CT 16-0'7 — rOND DU LAC ROAD SANITARY SEWER INTERCEPTOR ITE�YI D�SCRIP.TION U�YIT EST. BID UNIT PRICE' PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 � $ 2. Mobilization/Daily TraveUTraffic Control Lump Sum 1 $ � 3. Soil Borings (estimated quantity includes an additional 50' for contingency purposes) Feet 400 $ $ 4, Rock Coring (estimated quantity ' inciudes an additional 25' for contingency purposes) Feet 75 $ �a 5. Project Engineering and Repot�ting Lump Sum 1 $ $ SITB-TOTAL CONTRACT 16-07 CONTRA.CT 16-17 -- LTFT STATION DESIGN FOR MARY JEWELL PARK ITErYI DESCRIPTION UNIT EST. BID UNIT PR ICE PRXCE BID TO7'AL QTY. 1. Boring Layout Lump SLlIIl � $ $ 2. Mobilization/Daily TraveUTraffic Control Lump Stnn l � $ 3. Soil Borings (estimated quantity ittciudes an additional 20' for contingency purposes) Feet 70 $ $ 5, Project Engineering and Reporting L�imp Sum 1 $ � SUB-T�TAL CONTRACT 16-17 � $ 0 ��. . �� �� 112 Oi%}�1.L��Z01"i� � ���� T� BL�IIC� QI�Z �,.�.� ;.� Engineering • Consulfing • Testing ��,_ ...--' - - -- � -_ � ��l��j�%�L' OCT � � 2.015 DEPT OF I'UL;LIC �;�'JRKS pSHKOSH> WiSCONSIN ��� ll.��N��� PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2016 Capital Improvement Projects Prepared for: City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 October 19, 2015 PSI Proposal No. PO-0094-164513 �,�,�•� Irrfc1r��rcrti���r ��'°"""� Tirl�rctict O,r Eny(neerfng • CortsuKtng • Testrng October 19, 2015 Mr. Pete Gulbronson, P.E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Geotechnical Engir�eering Services Proposal City of Oshkosh 2016 Capital Improvement Projects PSI Proposal No.: PO-0094-164513 Dear Mr. Gulbronson, Menasha Office 1125 W. Tuckaway Lane, Suite B Menasha, Wisconsin 54952 Professional Service Industries, Inc. (PSI) is pleased to submit this proposal to provide geotechnical engineering services for the City af Oshkosh 2016 Capital Improvement Projects. Additional background information is included to provide you with a general overview of our company, as well as demonstrate that PSI has the equipment, experience, and personnel resources to provide quality subsurface exploration and geotechnical engineering services for your 2016 Capital Improvement Projects. We appreciate the opportunity to offer our services. Please call at any time if we can be of assistance. Sincerely yours, PROFESSIONAL SERVICE INDUSTRIES, INC. -�-Pf_,� - �; Y . �j /."_/i' ./,_.. Patrick Bray, E.I.T. Branch Manager "l ' � " ` .!` �. r� _ - �i� �`� James M. Becco, P.E. Vice President Professional Service Industries, Inc. 1125 W. Tuckaway Lane, Suite B Menasha, WI 54452 • 920-735-1200 www.psiusa.com ���.�� lrr��r,►��u�tr`F�rr L "��'- T a T�rrilcl ()�i Fnglneerir+g • Consuldng • Te�Ung Menasha Office 1125 W. Tuckaway Lane, Suite B Menasha, Wisconsin 54952 SUBJECT: Proposal for Subsurface Explaration and Geotechnical Engineering Services 2016 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. PO-0094-164513 STATEMENT OF {NTEREST Professional Service Industries, Inc. (PSI) is pleased to submit this proposal to provide Subsurface Exploration and Geotechnical Engineering Services for the 2016 Capital Improvement Projects in the City of Oshkosh. Professional Service Industries is a privately held corporation that was incorporated in Delaware on June 26, 1972. PSI acquired Midwest Engineering Services, Inc., a Wisconsin corporation, in a stock transaction on March 31, 2014. All Midwest Engineering personnel were retained after the purchase. Within Wisconsin, PSI has five (5) offices located at Waukesha, Ripon, Menasha, Green Bay, and Chippewa Falls. PSI is well-poised geographically to efficiently provide the subsurFace exploration and geotechnical engineering services for the City of Oshkosh from this network of branch offices. PSI has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonabte cost. We have performed geotechnical services for numerous private development and public works projects throughout Wisconsin. The requested workscope will be performed by our Menasha branch office. Additional company and personnel information is provided in the Statement of Qualifications in Appendix B. Based on the information provided in your �ctober 2, 2015 Request for Proposal (RFP), 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 2016 Capital Improvement Projects will consist of utility and pavement construction, a sanitary sewer interceptor, a lift station, and sanitary sewer relay. The utility and pavement construction projects will be located along portions of Bowen Street, Mill Street, Otter Avenue, Ceape Avenue, Bismarck Avenue, North Westfield Street, Dickinson Avenue, West 20t'' Avenue, and West Ripple Avenue; the sanitary sewer interceptor will be located along portions of Fond Du Lac Road and East Waukau Avenue; the lift station for the Mary Jewell Park will be located along North Eagle Street; and the sanitary sewer relay will be located along Oregon Street. A total of 87 soil borings extending to depths ranging from about 15 to 50 feet (2,025 lineal feet) have been requested to provide subsurface information for design of these projects. Based on a site reconnaissance, it is anticipated that traffic control consisting of flagging personnel will be required in some locations. The workscape is divided into five (5) contracts: Contract 16-04-Concrete Paving and Utilities; Contract 16-05- Professional Service Industries, Inc. 1125 W. Tuckaway Lane, Suite B Menasha, WI 54952 920-735-1200 www.psiusa.com Proposal for Subsurface Exploration and Geotechnical Engineering Services 2016 Capital Improvement Projects PSI Proposal No.: PO-0094-164513 October 19, 2015 Page 2 Concrete Paving and Utilities; Contract 16-07-Fond Du Lac Road Sanitary Sewer Interceptor; Contract 16-17-Lift Station Design for Mary Jewell Park; and Oregon Street—Fox River to Fisk Avenue (CTH N). The requested workscope and services to be provided by contract are documented in Scope of Services section of the RFP, provided in Appendix A. Preliminary meetings for boring layout will be coordinated with utility locators and City of Oshkosh personnel to determine the specific soil boring locations. PSI will coordinate planned drilling schedules with City of Oshkosh personnel, for traffic control and environmental issues, as required. As requested, 87 soils borings will be drilled to depths ranging from 15 to 50 feet (2,025 lineal feet), or to auger penetration refusal depths. Offset blind drilling and rock coring may be necessary to confirm refusal depths and the presence of bedrock. It is understood the sites are accessible with a standard truck-mounted drill rig. The subsurface exploration will be performed with truck-mounted drill rigs, utilizing continuous flight hollow stem auger to advance the test holes. Soil samples will be secured by the Standard Penetration Test method at 2.5-ft. intervals throughout the borings. All soil samples will be screened with a Photoionization Detector to check for the possible presence of volatile vapors. Laboratory visual classification and other testing, as applicable, will be performed to determine the behavioral characteristics of the subsurface materials encountered. Following the completion of drilling activities and groundwater observations, the boreholes will be backfilled with bentonite chips and the surface pavements patched with asphalt or concrete, as needed. The field work will be performed in general accordance with the RFP Scope of Services Requirements, which are included in Appendix A. The results of the subsurface exploration and laboratory testing will be utilized in an engineering evaluation and presented in written reports for each contract, summarizing the soil and groundwater conditions encountered, and provide engineering evaluation in general accordance with the RFP Scope of Services requirements. COST ESTIMATE PSI proposes to perForm these services in accordance with the RPF-Proposal Cost Breakdown and PSI's Standard Fee Schedule, both of which are enclosed in Appendix A. A summary of the anticipated cost for the outlined services is the sum of the individual contract totals. An additional cost is included for steam cleaning, rock coring, drilling without sampling, and ATV rigs, if required. The sum for the requested services will be on the order of $78,030.00. Final compensation will depend upon the actual number and depth of borings drilled and laboratory tests performed. Where an Proposal for Subsurface Exploration and Geotechnical Engineering Services 2016 Capital Improvement Projects PSI Proposal No.: PO-0094-164513 October 19, 2015 Page 3 alteration to the workscope may be warranted, or additional services are needed, prior authorization from the client will be obtained, and any additional work will be charged at the unit.rates shown on the accompanying Standard Fee Schedule. AUTHORIZATION PSI will proceed with the work on the basis of written approval. Please provide formal acceptance by having an appropriate party sign in the space below. The return of only the signature page will indicate acceptance of the entire proposal document, including Appendix A and Appendix B. Should you have any questions regarding this proposal, or if we could be of any other assistance, please call at any time. We are looking forward to working with you on this project. Sincerely, PROFESSIONAL SERVICE INDUSTRIES, INC. f ) . /� /r /,� : :,-� ; ✓-��C/+J� Patrick Bray, E.I.T. Branch Manager .�"Ji ,ly�- ,,���zr �.�K"�t.-�.. � r / James M. Becco, P.E. Vice President Proposal for Subsurface Exploration and Geotechnical Engineering Services 2016 Capital Improvement Projects PSI Proposal No.: PO-0094-164513 October 19, 2015 Page 4 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 Request for Proposal Information Standard Fee Schedule Insurance Certificate SCOPE �F S�RVICES FOR SUBSURFACE �XPLORATION AND GEOT�CI-�NICAL ENG.�NEERING S�RVIC�S 2016 CAPITAL IMPROVEMENT PIZOJECTS 1. The scope of this confz•act is to identify subsurface condztions within the depths of various project excavations. The final reports are to provida a summarization of existing pavement and base coarse thicknesses, soil classifications, bedrock depth if er�countered, groundwater levels, and deep utility canstz2tction recammendations. Iti addition, field screening of the soil samples are to be completed to identify potential enviz•onmentally impacted soil. Repoi•ts shall be prepared in general accordance with normally accepted geotechnical engineering practices. A. A total of 67 soil borings are anticipated for the following Capital Improvement projects. i. Contract 16-0� — Canci•ete Paving & Utilities � a. Bowen Sta�eei (Fox River to Otter Avenue} a. (3) 15-ft borings, (6} 20-ft borings 6. Pavement type is as follows: i. Fax River to Bay Shore Drive: 2006 Sealcoat over 1998 2" Cold Mix overlay � ii. Bayshore Drive to Otter Avenue: 1969 Concrete ' b. Mi11 Street (Fax River to Otter Avenue) � a. (2} 15-ft b�rings, (5} 20-ft borings b. Pavement type is as follows: i, FoY River to Bay Shore Drive: 1987 Ho# MiY Asph�It ii. Bay Shore Drive to Otter Avenue: 1986 Road Mix c. Otier A�trenue (Broad Street to Borven Street) a. {3) 15-ft borings, (2) 20-ft boz•ings b. Pavement typa is 1978 Hot Mix Asphali d. Ceape A��enue (Mill St�•eet to Bowen Street) . a. (2) 20- ft borings b. Pavement fype is 1979 Hot mix Asphalt ii. Confract 16-OS -- Concrete Paving & Ufilities a. Bismarck Avenue (South Sawyer Street to Guenther Sti•eet) a. {3) � 5-ft borings b, Pavement type is 1955 Road Mix. b. Noz-th Westfield Street (Robin Avenue to Oshkosh Avenue) a. (11) 20-ft ba��ings b. Pavement type is 1977 Concrete. . c. Dickinsan Avenue {Maricopa Drive to South Washburn Street) a. (3) 15-ft borings � b. Pavement type is 1�91 Concrete. d. Wesi 20th Avenue (Clairville Road to point 1500 feet East) a, (6) 20-ft boxings b. Pavement type is Turf, e. West Ripple Avenue (Oregon Street to point 110� feet East) a. (5) 20-ft borings b. Pavement type is Hot Mix Asphalt Page I of 5 iii. Caz�tract 1b-07— Fond Du Lac Road Sanitaty Se�ver Inferceptor• a. Fond Du Lac Ro�d (West 28'�' Avenue to East Waukau Avenue) a. (10) 25-ft borings b. Pavement type is Turf. b. East Waufcau Avenue (Fond Du Lac Roaa to point 900 feet East) a. (4} 25- ft borings b, Pavement type is 1994 Concrete iv. Contract 1b-17 — T�ifE Station Design for Mary JeSVell Park a, NorEh Eagle Street � a. (2) — 35-ft borings b. Borings will be in turf: c. v. Oregon Street — Fox River to Fisk Avenue (CTH N) a. Oregon Street _ a. (1) — 20-ft boring b. (5) — 25 fl borings � c. (7} — 30 ft borings d. (2) — 35-ft borings e. (4) — 45-ft borings f. (1) — 50-ft boring g. Borings will be in sidewalk and turf. 2. The City of 4shlcosh will perform the foIlowing tasks: A. Provide consultant with diagr�zns/maps indicating genei•al Iocations and drilling depths of individual borings prior to work commencing. B. Retain seiwices of an Environmental Cansultant to provide suspect Iocations for sampting and other pertinent information prior io drilling. � C. Provide consultant with an engineering staff inember to assist in boring layout. D. Provide consultant final Iocation diagrams �vith GPS coordinates. E. Provide ground elevations for each boring tocation far the consultant's use in boring log development. 3. The ConsuItant will perform the follo�ving tasks: � A. All items necessary to perform the tasks deiailec� in the scope of setvices. B, Subsurface E�ploration and Repoi�#ing i. Mark the borings in the field and coordinate with Digger's Hotline. Remarking of soil boi•ing locations due to weather tivill be the responsibility of the consultant. ii. Set a meeting for boz•ing layotit per street with Consultant, all Digger's Hotline locators, and City o� Oshlcosh layout represeniative. The City Utility Iocator will NOT mark utilities down the entue street due to the length of time this will take, but rather will provide a radius around the specific boring locations. iii. Coordinate with the City of Oshkosh on drilling schedule and provide 7-day notice of the onsite boz�ing Iayout m.eeting. iv. AI1 streeis are to remain open to traffic. The consultant will be responsible to fiirnish ali necessary barricades, flares or flashers, flag perso�ns, etc, to provide adequate traffic control and still mauitain the accesses as described herein. The signs shall conform to Pagc 2 of 5 Sections 637 and 643 of tt�e State of Wiscansin Standard Specifications for Highway and Structure Construction. v. If a pai�ticutar boring cannoi be accessed durizzg drilling operations, work with the City of Oshkosh on a revised location. vi. Standard geotechnical practices for subsurface sampIing, borehole abandonment, and laboratoz•y testing. vii, Standard geotechnical sampling with 1.5' split-spoon samples spaced 1' (vei�tically} apart sta�-ting at an even point below the pavernent (i.e. 1'}. Representative soil samples are to be obtained in the borings using splii barrel techniques. Soil samples are then to be saaled immediately in the field and returned to the laboratary for fuz•ther eYamination and testing. viii. If refiasal is reached prior ta the indicated driiling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has z•efusal at a depth similar to the initial boring, a collaboi•ative decision will be inade whether or not rack coring is necessaiy, Boring lengths are selected based on the depths of the praposed sewers; therefore, accuz�ate identification of znaterial type down to the indicated depth is necessary. Due to the depths af the proposed sewers and materill type in Oshkosh, the consultant is required to anticipate hard driiling th�•oughout, ix. Soil parameters %r pavemeni design are not being requested at this fime. Any laboratory testing is at the discretion of the consultan� in ox•der to provide services as detailed in the RFP. At a minimum, moistuk•e contents and uncon�ned compressive strengths should be noted on tlie soil boring diagrams. � x. Pavernent shall be restored in-kind. It is the consultant's responsibility to kno�v cuzx•ent � pavement tqpe: xi. Groundwater eleva#ions shall be estitnated for eveiy borehole. xii. Field Screaning and Environmenfial a. PID/�'ID every soil sample as described belo�v. b. Reprasentative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediaiely in the field and returned ta the labaratory foi� fui�ther examination and testing. In t3�e Iaboratory, prepare a portion af the field sainples for PID/FID scz•eening (i,e. sealed bags) and place in an environment where they will be zllowed to equilibrate to a temperature of approximately 70° Falu•enheit. Once this temperariire is xeached, use the PID probe until the readings becaine steady or consistenily decline. if a there is a reading of 2Q � or more PID u.nits, immediately place the main sample in the refrigez•ator or on ice and notify the City of Oshkosh so ai7angements can be made for sample excl�ange witli our Environmental Consultant. Main samples are to remain cool until PID readings are taken. c. Split samples may be takeii by Environmental Consultant during drilling aperations. We wi11 inform the selected consultant of these locations; however, no additional woz•k �vill be required. xiii, Reporting Requirements a. Project Oveiview bo Field Procedures c. Laborato�y Procedures d, Exploration ResuIts (broken up by street) Paga 3 of S __ e. Considerations and Recommendations a. Recommendations for deep sanitary sewer construction are requested (i.e. slope stability and dewatering). b. Other information as appropriate. f. General Qualifcations g. Individual Soil Boring Logs (include 1'ID readings) h. Soil Boring Location Diagram i. Summary Table {separate table for each street) a. Baring Identificafion b. Boring Depth (proposed & actual) c. Pavement Thickness d. Base Coarse Thickness e, Fill Thickness f. Depth of Bedrock or Refusal, if pz•eseni g, PID Reading 4, Project Delivarables � A. Schedule of Project Deliverables i, Contract 16-04 report due December 11, 2015. ii. Contract 16-OS repoi�t due December 18, 2015. iii. Contract 1b-07 report dtte December 18, 2015. iv. Contract 16-17 report due Januaiy 15, 2016. v. Oregon Street report due February 19, 2016, B. Drilling can be completed at the consultant's convenience as Iong as the reports are submitted no later than their respective due date. 5. Proposal Cost Bz•eakdown A. Boring Layout i. Cost to include cooz•dination with Diggers Hotiine, Utility Locators, and the City of Oshkosh engineering staff. ii, Cost to include laying out and marking the borings in the field. B. Mobiliza�ion/Daily Travel/Traffic Control for dz�zlling (lump) i. Additional payment for tnobilizafion/daily travel/traffic confirol will not be cansidered if the total footage of drilling, including th� contingency atnount is not exceeded. C. Soil Borings (per :foot} i. Cost to include praper boreliole abanclonment and s#reet patching. ii. Cost to include feld screening {i,e. PID/FID as appropriate). iii. Unit cost will also be used for additional drilling, if needed. iv. A contingency amount is added to the pz�oposal cost breakdown sl�eets attached. v. Anticipate hard drilling throughout the depths of the borings in this cost. A hard dri]Iing surchaige once the contract has been awarded wilI not be approved, D. Project Engineering and Reporting (lump sum) i. Additional payment for project engineering and reporting wiIl not be considered if the total footage of drilling, inchtding tlie contingency amount, is not exceeded. E. Steam eleaning costs will be handled on a contingency basis. If drilling in areas of known contamination, steam cleaning is more than likely reqziired. Actual costs are to be billed to the specific coniract. Do not cross contarninate samples. P�ge 4 of 5 F. Rock Coring will be handled ot� a cantingency basis. Quantities are not guaranteed. Actual costs are to be billed to the specific contract. Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantifies are not guaranteed. Actual costs are to be billed to the specific contract. One possible example where blind drilling might be used is if a boring hits refusal prior to the indicated depth, Then another boring would be located a few feet away and blind d�•illed to the initial refusal depth. H. Provide general rate sheets for items not covered in this RFP. 6. AdditionalInformation � A. All work shall be performed by quaiified personnel undez• the supervision of a Registexed Professional Engineer in the State of Wisconsin. Reports sha11 bear the certif cate and seaI of said Professionat Engineez•. The ASTM or other z�ecognized standard test methods and soil classifications used in preparation of the reports shall be. identified. � B. The consultant shall take all necessary precautions to prevent damage fo all adjacent propei�ty. The site is to be restored upon compietion of drilling to its existing condition including backfilling of borings and patching of sIabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement.of any drilling equipment utilized on this project due to difiicult or adverse s�lbsurface conditions. C. The entire soil proiile is xequired from the surface to the indicated depth. D. Ac�ditional geotechnical recommendations may ba required for the structural design of stoi7n water junction chambers. Payment for these extra services will be negotiated at a latar daie, if necessary. E. The number of borings and depths are subject to change. Additional street borings and pond projects may be added to this contract, or borings/tivork may be deleted at any time. F. It as the contractor's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump spoil material. G. This contract will be per the City of Oshkosh Agreement form only; unless the consultant ah•eady has a negotiated services agreement on file with the City of Oshkosh. A sample agreement form is attached to this RFP. The consultant's standard or general services agreement ianguage will NOT apply. P�gc S of 5 . � PROPOSA,L COST I3R�AKDO�VN FOR SUBSURI+AC� EYPLORATION AND GEOTEC�NICAL ENGINEE�NG S�RVICES 2016 CAPITAL IMPROVEMENT PROJECTS CONT�2ACT 16-04 CONCR�TE PAVING & UTILITIES ITEM DESCRIPTION UNIT EST, BID UNITPRICE PRICEBID TOTAL QT'Y. l. BoringLayout Sum 1 $ UQ0.00 $ U��.�� 2. Mobilization/Daily Travel/1'rafFcc Control Sunp 1 $ � ,�Q�.O� _ $ � ����.�� 3. Soil Borings {estimated quantity includes an additional 30' for contuigency purposes) Feet 450 4. Project Engineering and Reportu�g Lump � • sum 1 SUB-TQTAL CONTRACT 16-Q� 14.00 $ 6, 30Q.00 $ 3,250.00 $ 3,250.00 � 11, 350. 00 CONTRACT 16-OS — CONCR�TE PAVING & UTILITI�S ITEdl DL'SCRIPTION UiVIT L'ST. BID U1VIT PRICE PRICE BID TOTAL Qr�; � 1. Boring Layout • Sump 1 $ �, � � �. Q � ��, � � Q. � � 2. Mobilizatiot�/Daily Travei/Traffic Control Lump Sum 3. Soil Borings (estin�ated quantity iucludes a�i additiona120' fot• contingency purpflses) Feet 4. Project Engineering and Reporting Lump sum SUB-TOTAL CONTRA.CT IG-OS � � 1,250.00 � 1,250:00 sso � 14.00 $ 7,700.00 I � 4,000.00 � 4,000.00 � 13,950.00 1 CONTRACT 16-07 -- FOND DU LAC ROAD SA1vITARY SEWER INTERCEPTOR ITErYl DL'SCIZZPTION U[VIT EST. BID UNIT PRICE PRICE BID TOTf1L QTY. 1. Boring Layout Lump Sum 1 � 70�.�� $ 7��.�� 2. 3 L� 5. Mobilizatior�/Daily TraveU'I'raffic Control Lump sU�� Soil Borings (estimated quantity . includes an additional 50' for contingency pvrposes) Feet Rock Coring (estimated quantity includes an additional 2S' for contingency purposes) Feet Project Engineering and Repoi�ting Lump sU�u SUB-TOTAL CONTRA.CT 16-07 � � 1, 350.00 $ 1, 350.00 aoo � 14.00 $ 5,600.00 �5 $ 75.00 � 5,625.00 � � 3, 000.00 $ 3, 000.00 $ 16,275.00 CONTRACT 16-17 -- LTFT STATION DESIGN FOR MARY JEWELL PARK I7`E�YI DBSCRIPTION FINIT EST. BID UNITPRICE PKXCEBID TO7'f!L QTY. 1. Boring Layout Luinp �� 0. 0 0 st�tr� 1 $ $ 250.00 2. Mobilization/Daily TraveUTraffic Control Lump s«�,� 3. Soil Borings (estimated quantity incIudes an additionat 20' for cotrtinge�icy purposes) Feet 5. Project Engineering and Reporting Lump Sum SUB-TOTAL CONTRACT 16-17 � , � 250.00 $ 250.00 �o � 14.00 $ 980.00 7 � � 525.00 � 525.00 2,005.00 OI2EGON STREET - FOX R1VER TO TTSK AV�NU� (CTH 1� ' ITLAI DESCRIPTIO�Ir UNIT BST. BID (INIT PRl'CB PRICE BID TOTAI, QTY. 1. Boring Layout Lutnp �� o o. o 0 surn t $1,200.00 � , 2. Mobilization/Daily TraveUTraffic c°"''�°' s`��m i � 1, 575.00 $ 1, 575. 00 3 4. Soil Borings (estimated quantity includes ati additiona145' for conTingeiicy purposes) Feet 700 $ � 4. 0 � $ 9,$ � Q. � Q ProjectEngineeringandReporting Sum 1 $ 4,50�.�� $ 4,`�O�.00 SUB-TOTAL COIVTRACT OREGON STREET $ 17, 075. 00 STEAM CLEANING OF g 5. o 0 DRILLING EQUIPMENT {UNIT COST $ ) X 5 TLMES =$ 475. OO ROCK CORING BLIND DRILLING (UNITCOST$ 7rJ.0� )X200FEET= $ 15,���.�� (UN1T COST $ 9.00 ) X 100 FEET= $ 9�0.0� ATV RIG F�R BORING (UNIT COST $ 1 O.00 ) X 100 FEET -$ �, � � 0. � 0 TOTAL PROPOSAL COST 3 � 78, 030. 00 PROFESSIONAL SERVICE (NDUSTRIES, INC. GEOTECHNICAL SERVICES STANDARD FEE SCHEDULE 1�►I�71�1��1.11►L�9�:��IL�=6� Engineering & Technical services for site reconnaissance, boring locations, field supervision, water level measurements & sampling, engineering evaluation, analysis & consultation. Staff Engineer or Geologist $80.00 Per Hour Sr. Engineering Technician $50.00 Per Hour Project Engineer or Geologist $95.00 Per Hour Engineering Technician $39.00 Per Hour Principal Engineer or Geologist $100.00 Per Hour Secretarial Services $25.00 Per Hour Principal of Firm $110.00 Per Hour FIELD SERVICES Mobilization of Drilling Equip. $3.00 Per Mile ($450.00 Minimum) Boring Layout $90.00 Per Hour Support Vehicle $0.55 Per Mile (Min. $75.00 Per Day) Standby & Problem Access Time $150.00 Per' Hour Ail-terrain Drill Rig $700.00 Per Day 2-Man Crew Per Diem $150.00 Per Day Soil Drilling with Split-spoon (ASTM D-1586) or Shelby Tube (ASTM D-1587) sampling at 5-foot intervals: Depth Range Unit Charges Per Foot, Unit Charges Per Foot Extra SS or ST Samples 3%4", 4%4 " I.D. Auger 6%<" I.D. Auger Easy Drilling" Hard Drilling** Easy Drilling" Hard Drilling'`* 0 - 25 ft. $11.00 $13.00 $14.00 $16.00 $10.50 25 - 50 $13.00 $15.00 $16.00 $18.00 $14.00 50 - 75 $16.00 $18.50 $20.00 $22.00 $17.50 75 - 100 $18.00 $22.00 $24.50 $28.00 $22.50 * N-count of 40 blows or less, or Qu or Qp less than 4 tsf "` N-count greater than 40 blows, or Qu or Qp greater than 4 tsf Drilling with 12-1/4 " I.D. Auger wili be quoted upon request. Auger Drilling without sampling $9.00 Per Foot Shelby Tubes, 3" diameter Rock Coring with Diamond Bit $75.00 Per Foot DOT 55-Gallon Drums - Soil Cuttings Rock Boring with 3" Roller Bit $45.00 Per Foot Drilling mud, as needed Rock Coring & Boring Set-up Charge $200.00 Per Hole Pavement Cold-Patch at boreholes LABORATORY TESTING Visual Engineering Classification Hand Penetrometer Test Moisture Content Test Organic Content Test Density Determination with Moisture Content Atterberg Limits Determination Grain Size Analysis, Sieve Grain Size Analysis, Sieve & Hydrometer Moisture Density Relationship Standard Method, ASTM D-698 Modified Method, ASTM D-1557 REMARKS $3.00 Per Test $3.00 Per Test $5.50 Per Test $28.00 Per Test $28.00 Per Test $85.00 Per Test $55.00 Per Test $85.00 Per Test $150.00 Per Test $175.00 PerTest Unconfined compression tests, remac without stress-strain curve with stress-strain curve California Bearing Ratio (CBR) Permeability, Rigid Wall Permeability, Flexible Wall Shelby Tube sample preparation/remolding $35.00 Each $60.00 Each $3.00 Per Foot $25.00 Per Hole $5.00 Per Test $30.00 Per Test $45.00 Per Test $250.00 Per Test $230.00 Per Test $280.00 Per Test $40.00 Per Tube Charges for monitoring well installation, analytical testing services, and special equipment or sampling techniques not included herein, will be quoted upon request. Rental equipment & commercial transportation charges will be billed at cost plus 20%. A per diem charge of $75.00/day per person will be billed as applicable. Invoices wiil be submitted monthly, with payment due within 30 days of invoice date. Interest will be added at a rate of 1%% per month of delinquency. Proposal estimates & verbal quotations will remain valid for 60 days, at which time they may be subject to change or withdrawal. '`�CORO� CERTIFICATE �F LIABILITY INSURANCE �ATE(Mµl6DlYYYV� �a;�arzo�s THlS CERTIFICATE !S ISSUED AS A MATTER OF INFORMATION ONLY AND CON�ERS NO RIGHTS UPON THE CER7IFICATE HOLDER. THIS CERTIFICA7E DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR QL7ER THE COVERAGE AFFORDED BY THE POLICIES BEIOW. THIS CERTIF�CATE OF 1N5URANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING iNSURER(5), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLpER. IMPORTANT: If the certfficate hoider is an ADDITIONAL tNSURED, the policy(ies) must 6e endorsed. If SUBROGATION IS WAIVED, subJect to the terms and conditions ot the policy, cartain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In Ileu of such endorsement(s). PRODUCER CONTACT Marsh USA Inc. NaME: _�_._____ 1717 Arch Street PHONE `� _��c r�o�: Philadelphia, PA 19103-2757 ADDRESS: A1tn: PhiladolDh'ta.Corts@Marsh.com r"ax; 212948-C360 ------- J19o23�-PLCPL-SS-16 INSURED PRO�ESSIONHL SERVICE I�QUSIRIES, INC, 1 t251ti', TUCKA.WAY LAIdG, SUITE B MENASH�, l49 v1�52 . Travela!s ?roperfy Casualty Co. Of America . NIA ---�v. . Loxington Insurance Company ` ' -- --- -..._,_ _,_ ; Charter Oak Fire Insurance Company 5 COVERAGES CERTIFICATE NUMBER: CLE-0042939�Ja•04 REVISION NUMBER:B THIS IS Td CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERI00 INDICATED, NOTWITHSTANDING ANY REQUfREMENT, TERM OR CONDITION OF ANY CONTRACT aR OTHER DOCUMENT tMTH RESPECT TO 4VHICH THIS CER7IFICATE MAY 0E ISSUED OR MAY PER7AIN, 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. I X I COMMERCIAL GENERAL LIA6IUTY A CLAlIdS-MADE � OCCUR X PRODICOMPLETGDOPS X CON7RACTUAL ` y � GEN'l AGGREGATE LIldIT qPPLIES PERr POL�CY C� jE�a C LGC ( AV701AOB1LE LIABILITY �' I_� nNY AUTO � IALL O'�VhED SCHEDllLED AUTOS AUTOS NON-06'VIJ=_D j� hiER'e0 kUTdS � AUTOS ' X�'� UMBRELLA LIAB j X '� OCCUR A �- EXCESS LIAB � c�r.i r��s-M� '�j� �---- - I �� D[D �x I RETENTION 510.0�0 D 'WORKERSCOh1PENSATION ' � AND EMPLOYERS' LIABILITY YI N! D I�NYPROPRIETOR/PARTNERIEXECUTiVE jOFFICERlIdEMBEREXCLUDED9 ��!N/A � (Mandatory In NH� � C I CONTRAC70RS POLLUTtON Ti115 15 03;D112D15 �03;J112016 MED EXP (An one parson) 5 P[RSONAL 8 ADV INJURY S iGcNE�ALRGGREGRTE 5 i PitODUCTS-COMPIOPAGG 3 s � CO�161NED SWGLE LIMIT ' S � Ea s cident 1i20S5 G31G112016 BODILYINJURY(Perperson) I 5 � 80DII.Y INJURY (Fer acudant)' S �PROPEFTY pAMAGE � s � Per ecci nt ;b 12S73876-15-NF I03ro1l2015 �03rD112016 1 �t1B824K294A15 {AOS) 03;01i2615 �03/l�1l2Dtn I88042X7G515 {AZ, FAA, QR, WI) 0310U2615 ;03/01l2016 15761056 AGGREGAiE X PER $TA7U71 E_L. EACH AC E.L. OISEASE 9 'D?rotl20i6 �ACH CLkIt�A IAGGREGA7E OESCRIPTION OF OPERATIONS 1 IOCATIONS l VEMICLES (ACOR� 101, Atltlidonal Ramarkt Schedule, may be attaehed It more ap�ce Is requlrcq) RE: Geetechnical irn�estigatr�n �ncWaing eighry-three (83j soU bonngs Tor t�ree cA� contracls (15-04, 15-05, 15-07) 1.0OO,OOC i a,00a 3,OOQ,COQ 2,OD0,060 2,OOQ,OQG 2,OD0,000 2,�J00,000 1,OD0,000 1,000,000 1,000,009 1,000,000 1,000,000 City of Qshkosh, and its ef �cers, councii members, agents, empioyees and authorized votunieers are Included as AddlUonal Insurei where requfred by wri(ten conVacl, but only lo the extent o{ their Ilabiiiry resulting trom the ne�figence of 1he Insured and wilh rospecl lo sarvices provided by the lnsurad for tha Additional Insured, except for Workers Compensaiicn and Professional Liability, The above General Liabiliy policy is Primary and Non•Coniributory where requlred by writlen conUa�t, City o( Oshkosh Attn:City Cierk 215 Cnuroh Avonue P.O. Box 1130 Oshkosh, WI 54503 ACORD 25 (2014101) SHOULD ANY OF THE ABOVE DESCRIBED POI.IC�ES BE CANCEU.ED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL 8E DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AU7HORIZED RFVRESENTATIVE of Marah 115A Ina. Manashi Mukherjee �Lauoo►.: O 1986-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD � AGENCY CUSTOMEft ID: J19623 LoC #: Philadelphia . �, �4C0 °� AD�DITiONAL REMARKS SCHEDULE Page z ot z ! �„-� AGENCY NAMEDINSURED Marsh USA Inc PROFESSIONAL SERVtCE INDUSTRlES, lNC. 1125 W. TUCKkWAY LNh7E, SU�TE 8 POUCY NUMBEii . �dENASHA, WI 54952 CARRIER � NAIC CODE � EFFECTIVE DATE: ACORD 101 (2008101) �02008 ACORO COIZPORATioN. An nghts reservetl. The ACORD rtame and logo are registered marks of ACORD � COMMERCfAL GENERAL LIABiLITY Policy Number: TC2J-GLSA-8042X73A-TIL-25 Issue Date; 03-03-15 TH1S ENDC?RSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITI�t�AL INSURED 4CONTRACTORS} This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILlTY COVERAGE PART 1. WHO IS AN INSURED —(Sectian II) is amended to include any person or organization that you agree in a"written contract requiring insura�ce" to include as an additional insured on this Cover- age Part, but: a) Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b) If, and only to the e�ent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your woric" to which the `lrrritten contract reyuiring insurance" applies. The person or organization does not qualffy as an additiona( insured with respect to the independent acts or omissions of sucli person or organization. 2. The insurance provided ta the additional insured by this endorsement is limited as follows: aj In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the iimits of liability required by the 'U✓ritten contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability re- quired by that '�ritten contract reyuiring in- surance". This endorsemertt shall not in- crease the limits of insurance described in Section III — Limits Of Insurance. bj The insurance provided to the additional in- sured does not appiy to "bodily injury", "prap- erty damage" or "personal injury" arising out of the rendering of, or failure to render, any professio�al architectural, engineering ar sur- veying services, including: i. The preparing, approving, or failing to prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- ders or change orders, or the preparing, approving, or failing to prepare or ap- prove, dra�a�ngs and specifications; and ii. Supervisory, inspection, architectural or engineering activities. c) The insurance provided to the additional in- sured does not apply ta "bodily injury" or "property damage" caused by "your work" and included in the "products-completed op- erations hazard" unless the 'Written contract requiring insurance" specifically requires you to provide s�ch coverage far that additianal insured, and then the insurance provided to the additional insured applies only to such "bodily injury" ar "property damage" that oc- curs before the end of the period of time for which the '1n�ritten contract requiring insur- ance" requires you to provide such coverage or the end of the policy period, whichever is earlier. The insurance provided Fo fhe addifional insured by this endorsement is excess over any valid and collectibie "other insurance", whether primary, excess, contingent or on any other basis, th�t is availabl� to the additional insured far a loss we caver under this endorsement. However, if the 'lvritten contract requiring insurance" specifically requires that this insurance apply on a primary basis or a primary and non-contributory basis, this insurance is primary to "other insurance" available to the additianal insured vrhich covers that person or organization as a named insured for such loss, and we vrfli no[ share with that "ather insurance". 8ut the insurance provided to the additional insured by this endorsement still is excess over any valid and collectible "other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured when that person or organization is an additional insured under such "other insur- ance". 4. As a condition of coverage provided to the additionai insured by fhis endorsement: a) The additional insured must give us written notice as soon as practicable of an"occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D2 46 OS OS � 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMI41ERCIAL GENERAL LIRBILITY � c) d) i. How, when and where the "occurrence" or offense took place; ii. The names and addresses af any injured persons and witnesses; and iii. The nature and location af any injury or damage arising out of the "occurrence" or affense. If a claim is made or "suit" is braught against the additional insured, the additional insured must: ia lmmediately record the specifics of the claim or "suiY' and the date received; and ii. IJotify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suiY' as soon as practicable. The additional insured must immediately send us copies of all legal papers received in connection vrith the claim or "suiY', cooperate with us in the investigation or settlement of the claim or defense against the "suit", and otherwise comply with all policy conditions. The additional insured must tender the de- fense and indemnity of any claim or "suiY' to any provider of "other insurance" v✓hich would cover the additianal insured for a loss we cover under this endorsement. However, this condition does not affect whether the insur- ance provided to ihe additional insured by this endorsement is primary to "other insur- ance" available to the additional insured v�hich covers that person or organization as a named insured as described in paragraph 3. above. 5. The following definition is added to SECTION V. — DEFINITIONS: 'Vilritten contract requiring insurance" means that part af any vrritten contract or agreement under which you are required to include a person or organization as an additional in- sured on this Coverage Part, provided that the "bodily injury" and "property damage" oo- curs and the "personai injury" is caused by an offense committed: a. After the signing and execution af the contract or agreement by you; b. 1Miile that part of the contract or agreement is in effiect; and c. Before the end of the policy period. Page 2 of 2 6 2005 The St. Paul Travelers Companies, Inc. CG D2 46 OS 05 Statement of Qualifications ,� , I12fO1��ZCl�lU12. � ���� � �.:� � � �o BL�zl�l o�� Engirteering • Consulting • Testing STATEMENT OF QUALIFICATIONS GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2016 Capital Improvement Projects SUBMITTED TO: City of Oshkosh October 19, 2015 p�q��i Iltff117ltilf(f1R �`"�� Tr,l3rirlcl(),r EngMrerfr� . ConwHing • TesLng October 19, 2015 Mr. Pete Gulbronson, P.E. City of Oshkosh Department of Public Works 215 Church Avenue P.U. Box 1130 Oshkosh, WI 54903-1130 Re: Statement of Qualifications Geotechnica! Engineering Services Dear Mr. Gulbronson, Menasha Office 1125 W. Tuckaway �ane, Suite B Menasha, Wisconsin 54952 Professional Service Industries, Inc. (PSI) is pleased to submit this Statement of Qualifications (SOQ) for your review. This information should provide you with a general overview of our company, and demonstrate that P51 has the equipment, experience and personnel resources to provide quality subsurface exploration and geotechnical engineering services for the City of Oshkosh 2016 Capital Improvement Projects. It is our aim to provide: • Pr�.ident and Reliable Engineering Recommendations • Timely Submittal of Reports • Consisfent Reporf Format • Ready Access to Project Engineers and Principals of the Firm • Reasonable Fee Structure We appreciate the opportunity to offer our services. Please call at any time if we can be of assistance. Sincerely yours, PROFESSIONAL SERVICE INDUSTRIES, INC. : -.._7 .� '_�-- j ;tif�= r'- Patrick Bray, E.l.T. Branch Manager �: �. �� - - .- Y`J.t.� � � I �. �` James M. Becco, P.E. Vice President Professional Service Industries, Inc. 1125 W. Tuckaway Lane, Suite B• Menasha, WI 54952 • 920-735-1200 www.psiusa.com TABLE OF CONTENTS EXECUTIVE SUMMARY PROJECT STAFFING LABORATORY TESTING CAPABILITIES IN-HOUSE DRILLING CAPABILITIES PROJECT EXPERIENCE � Municipal Water/Wastewater Projects • State/County/City Roadway Projects • Subgrade Stabilization Projects � Renewable and Aiternate Energy Projects RESUMES OF KEY PERSONNEL 0 0 0 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 City of Ripon, Wisconsin 194/STH 20 Interchange Racine County, Wisconsin Hall Street Reconstruction City of Ripon, Wisconsin Elm Road Generating Station Oak Creek, Wisconsin Pleasant Prairie Power Plant Pleasant Prairie, Wisconsin Long Lake Estates Subdivision Wind Lake, Wisconsin Generac Building Pad Whitewater, Wisconsin Rockwood Parking Lot East Troy, Wisconsin TR1700E Road Reconstruction Iroquois County, Illinois Meredith Road Reconstruction Kane County, Illinois LaFarge North America Harley Davidson Parts Plant Franklin, Wisconsin City of Franklin Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Home Depot Grafton, Wisconsin Marathon Truck Stop Franklin, Wisconsin EXECUTIVE SUMMARY Professional Service Industries is a privately held corporation that was incorporated in Delaware, June 26, 1972. However, the name was not used in the marketplace until the 1980's. The Company was founded as A&H Materials Testing in 1961 in Champaign-Urbana, Illinois. An additional former name is Pittsburgh Testing Laboratories (1881- 1986). Within Wisconsin, PSI has five (5) offices located at Waukesha, Ripon, Menasha, Green Bay, and Chippewa Falls. PSI is well-poised geographically to efficiently provide the subsurface exploration and geotechnical engineering services for the City of Oshkosh from this network of Branch offices. PSI has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonable cost. PERSONNEL STAFFING PSI's collective Wisconsin staff numbers approximately 100 personnel during peak season, including 17 professional engineers, EITs, and professional geologists, and approximately 60 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 one of the four senior engineers in our firm. David Barndt, P.E. Senior Vice President James M. Becco, P.E., Vice President Paul Koszarek, P.E., District Manager Daniel B. Anderson, P.E., Department Manager This type of vested interest is one of the key factors affecting our un-matched commitment to client satisfaction. The resumes of these 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 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 Dave Barndt, P.E. Jim Becco, P.E. Dan Anderson, P.E. Paul Koszarek, P.E. Larry Raether, P.E. Ted Cera, P.E. Pat Patterson, P.E., P.G. Matt Poehlman, P.E. Brad Broback, P.E. Shelley Hildebrandt, P.G. Mike Rehfeldt, Geologist Ripon, Wisconsin Jeff Fischer, Geologist Green Bay, Wisconsin Mike Greil Cody Williquette Chippewa Falls, Wisconsin Jeff Manninen, E.I.T, Appleton, Wisconsin Patrick Bray, E.I.T The organizational chart on the following page depicts the staffing arrangements proposed by PSI for the City of Oshkosh 2016 Capital Improvement Projects. ORGANIZATIONAL CHART FOR PROJECT ADMINISTRATION AND IMPLEMENTATION FOR CITY OF OSHKOSH PROJECTS CITY OF OSHKOSH James M. Becco, P.E., V.P. Principal Engineer Patrick Bray Liaison Coordinator Branch Manager Appleton, Wisconsin PSI Drilling Personnel I I PSI Laboratory Testing PSI Engineering Services Personnel Patrick Bray and James Becco will serve as the liaisons between the City of Oshkosh and the PSI field, laboratory and engineering personnel, for project set-up and assignments of work. Mr. Bray will oversee the field and laboratory activities, geotechnical report preparation, and have direct contact with the City of Oshkosh Project Managers for project implementation. PROJECT STAFFING The Appleton/Menasha Branch office will coordinate and perform the requested workscope for the City of Oshkosh projects. The Appleton/Menasha office is managed by Mr. Patrick Bray under direct supervision of Mr. James Becco, a registered professional engineer with 29 years of experience in geotechnical and construction materials testing. Mr. Bray will be the engineer directly overseeing the day-to-day technical services performed for the City of Oshkosh and along with the corporate staff, will be readily available for client meetings. Resumes of some of the key personnel to be used on this project are included herein. Equipment and technical staff from the Appleton/Menasha, Ripon, Green Bay and Waukesha branch offices will be utilized as necessary to meet your project specific needs. LABORATORY TESTING CAPABILITIES PSI branch offices are fully equipped and capable of performing most soil, concrete, and asphalt materials testing procedures. Our laboratory testing is conducted in accordance with ASTM, AASHTO, and WDOT test procedures. The Waukesha lab maintains US Army Corp of Engineers and WDOT accreditations. PSI is capable of providing physicaf property soil testing incfuding such tesf procedures as grainsize analysis, Atterberg Limits, modified and standard proctors, CBR, unconfined compressive strengih tests and permeability testing. In addition concrete, mortar and grout compressive strength testing, concrete mix design, and asphalt testing. Lime, Cement and Flyash soil stabilization mixture analysis can also be performed in our materials lab. 0 SUMMARY OF LABORATORY TESTING SERVICES AGGREGATE Sieve Analysis Material Finer than No. 200 Unit Weight Specific Gravity/Absorption Soundness Abrasion Organic Impurities Clay Lumps, Friable Particles Lightweight Pieces Aggregate Quality Analysis ASPHALT Bulk Specific Gravity/Density Percent Air Voids Maximum Theor. Specific Gravity Extraction/Gradation Marshall Stability/Flow Marshall Mix Design Bituminous Paving Mix Analysis Bituminous Pavement Core Ana. Bituminous Aggregate Testing CONCRETE Compressive Strength Flexural Strength Splitting Tensile Strength Concrete Mix Strength Verification Concrete Mix Strength Concrete Aggregate Testing CONCRETE CORES Compressive Strength Unit Weight Chioride lon Content Air Content Analysis Petrographic Analysis ASTM C136 C117 C29 C127/128 C88 C131/535 C40 C142 C123 C33 D2726 D3203 D2041 D2172 D1559 C39 C78 C496 AC1214 AC1214 C33 C42 C642 FHA C457 C856 MORTAR Mortar Compressive Strength Mortar Tensile Strength Mortar Air Content Mortar Water Retention Mortar Mix Property Analysis Mortar Aggregate Testing GROUT Grout Compressive Strength Grout Mix Property Analysis Grout Aggregate Testing SOILS Water Content Organic Content Specific Gravity Dry Density Amount Finer than No. 200 Grainsize Analysis Atterberg Limit Shrinkage Limit Moisture-Density Relationship California Bearing Ratio Unconfined Compressive Strength Permeability (Constant Head) Permeability (Falling Head) Consolidation SOIL/LIME AND SOIL FLYASH MIXTURE Moisture Density Compressive Strength Bearing Ratio Mix Analysis CONCRETE MASONRY UNITS SPRAYED FIREPROOFING CMU Compressive Strength C140 Thickness/Density CMU Unit Weight/Absorption C140 Masonry Prism Strength E447 Hollow Unit Quality Analysis C90 Solid Unit Quality Analysis C145 ASTM C109 C190 C185 C91 C270 C144 C1019 C476 C404 D2216 D2974 D854 D2937 D1140 D422 D4318 D427 D698/D1557 D1883 D2166 D2430 D5084 D2435/D4186 D558 D1633 D3668 E605 IN-HOUSE DRILLING CAPABILITY PSI provides field drilling services from each of our branch office locations for a wide variety of projects. This includes soil borings for conventional geotechnical or environmental sampling and monitoring well installation, by hollow stem auger or rotary drilling techniques. We also perform Pressure-meter testing in house, with our own experienced personnel, utilizing a Menard Type G-Am device. Our drilling crew chiefs have a wide range of experience in a variety of drilling techniques, in various parts of the country. Drilling personnel are typically assigned to projects on the basis of related experience in recognition of specific project tasks. During the initial project planning stage, the project specific needs and activities are reviewed by a senior/project engineer, with the intent of developing the most efficient approach to completing the field activities. The field work is performed by the crew and equipment deemed to that job. PSI is currently operating 7 drill rigs/crews in Wisconsin, mounted all-terrain (AN) units used for sites with difficult access function effectively as a company in providing interoffice support and to mobilize the equipment necessary to meet project timing objectives, SUMMARY OF SUBSURFACE EXPLORATION EQUIPMENT be best-suited for including 2 track conditions. We cooperation, able 2007 DIEDRICH D-50 All-Terrain Rip 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" I.D. Low ground pressure (<3.5 psi) and high level of maneuverability make this rig suited for your most challenging site. 2001 DIEDRICH D-50 All-Terrain Riq 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" I.D. Low ground pressure (<3.5 psi) and high level of maneuverability make this rig suited for your most challenging site. 2000 DIEDRICH D-120 Truck Mounted Riq 1996 DIEDRICH D-120 Truck Mounted Riq 1995 DIEDRICH D-120 Truck Mounted Riq 6-cylinder John Deere Diesel Engine, 14,500 ft.-Ib torque, with Moyno 3-LB pump and 250 gallon water tank. Equipped with Automatic Standard Penetration Test Hammer mounted on a Ford F-800 Diesel Truck. Well-suited for deep hollow stem auger drilling and large diameter monitoring or recovery well installation, and rotary drilling techniques. Utilized to turn auger up to 12-1/4" ID. 1999 DIEDRICH D-50 Truck Mounted Riq 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump and 250 gallon water tank, mounted on F-700 diesel truck. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" I.D. � 1995 DIEDRICH D-25 Riq Mounted On a 4WD F-350 Small gasoline/Liquid Propane powered skid-mounted rig on a 4WD F-350. Permits work in areas of overhead clearance as low as ten (10) feet. Equipped to perform hoilow stem drilling or environmental soil probe sampling (ESP). ESP enables soil, water and soil-gas sampling through a small temporary casing which is driven to eliminate auger cuttings and soii disposal issues. AUGER AND SPECIAL TOOLING • 3 1/4", 4 1/4", 9 1/4" and 12 1/4"I.D. Hollow stem auger • CME 5 ft. Continuous Sampler • NX Core barrels, Tri-cone roller bits, 2 to 6 inch dia. • Hydropunch II Groundwater and Hydrocarbon Sampling Tool • Vane Shear Test with Calibrated Torque Head • 3" Piston Sampler Assembly • In-situ Soil Resistivity Meter Pressure-meter • Menard Type G-AM � Municipal Water/Wastewater Projects Project Experience Professional Service Industries, tnc. (PSt) and Midwest Engineering Services, Inc. (MES) have provided professional consulting services including subsurface exploration, field and laboratory testing, and engineering analysis for numerous municipal water and wastewater projects. Listed below are a few of the projects PSI has had the privilege of working on in Wisconsin. James Road Detention Pond-Oshkosh City of Oshkosh Improvement Projects 2012 to 2Q15 City of Oshkosh Aviation Park Water Transmission Main-Suamico Water Main-Two Rivers Sanitary Sewer/WWTP-Suamico Kiwanis Park Sewer Relay-Sheboygan Wastewater Treatment Plant Expansion- Waupaca Session Street Sewer Expansion- Waupaca Water Main and Sanitary Sewer-Darlington Storm Sewer-Sister Bay I Sanitary Sewer, Water and Stormwater Pipelines-Oconto Falls Sanitary Sewer Interceptor and Lift Station-8elleville Sanitary Sewer-Algoma Sanitary Sewer Reconstruction-Wind Lake Water Main Extension-Pewaukee Water Main-Crivitz Sewer Extension-Bonduel Sewer Extension-Black River Sewer Extension-West Bend Sanitary Sewer Relocation-Green Bay Sanitary Sewer Interceptor-Manitowoc Sewage Force Main-Manitowoc � Sanitary Sewer and Sewage Force Mains- Mishicot Storm Sewer-Manifowoc Sanitary Sewer-Hobart Sanitary Sewer Relay-Juneau Water Main Extension-Madison Water Main Extension-Sussex Water Main Replacement-Waukesha Pump Station and Utility Lines-Waterford � Transmission Main-Fond du Lac State/County/City Roadway 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 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. 2012, 2013, 2014, Oshkosh CIP Projects Oshkosh, Wisconsin and 2015 City of STH 145 Road Reconstruction Richfield, Wisconsin STH 164 Reconstruction (I-43 to STH 59) Wisconsin I-94/CTH K Racine, Wisconsin County Highway X Waupaca County, Wisconsin County Highway W Menominee County, Wisconsin Lake Street Town of Menasha, Wisconsin Manitowoc Road Reconstruction Menasha, Wisconsin US Highway 14 Reconstruction La Crosse, Wisconsin County Highway W Reconstruction Fond du Lac, Wisconsin State Highway 59 Reconstruction Roadway Settlement Analysis Waukesha, Wisconsin Proposed Roadway Reconstruction Waukesha South By-pass Waukesha County, Wisconsin CTH N Outagamie County, Wisconsin Libal Street Village of Allouez, Wisconsin Holland Road/Kelbe Drive Village of Little Chute, Wisconsin County Highway OK Sheboygan County, Wisconsin Tayco Street City of Menasha, Wisconsin Highways 42/57 Frontage Road Sturgeon Bay, Wisconsin Foote Street Reconstruction Seymour, Wisconsin Helena, Allard, and Erie St. Reconstruction De Pere, Wisconsin 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 City of Ripon, Wisconsin 194/STH 20 Interchange Racine County, Wisconsin Hall Street Reconstruction City of Ripon, Wisconsin Elm Road Generating Station Oak Creek, Wisconsin Pleasant Prairie Power Plant Pleasant Prairie, Wisconsin Long Lake Estates Subdivision Wind Lake, Wisconsin Generac Building Pad Whitewater, Wisconsin Rockwood Parking Lot East Troy, Wisconsin TR1700E Road Reconstruction Iroquois County, Illinois Meredith Road Reconstruction Kane County, Illinois LaFarge North America Harley Davidson Parts Plant Franklin, Wisconsin City of Franklin Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Home Depot Grafton, Wisconsin Marathon Truck Stop Franklin, Wisconsin James M. Becco, PE Vice PresidenUPrincipal Engineer Waukesha, Wisconsin Year started with PSI: 1992 Years experience with other firms: 22 Education • Bachelor of Science in Civil Engineering; Michigan Technological University, Houghton, MI; 1986 Certifications/Registrations/Technical Training • Registered Professional Engineer — Wisconsin, Illinois, lowa and Minnesota • Wisconsin Department of Natural Resources Registered PECFA Consultant • Previously DILHR Certified Tank Assessor and Remover/Cleaner • Environmental: ■"Phase I Environmental Site Assessment Seminar" ■ "Environmental Site Assessments" ■"Asbestos Building Inspectors and Supervisors Course" ■ "Phase II Environmental Site Assessments" ■ 40-Hour - 29 CFR 1910 Training Course ■ 8-Hour Supervisory Training - CFR 1910 Course ■"Petroleum Hydrocarbon & Organic Chemicals in Groundwater: Prevention, Detection and Restoration" ■ "Mold Seminar" ■"Renewable Sources of Energy — Wind Power" ■ "Constructed Wetlands — Basic Concepts" ■ "Wetland Delineation I — The Basics" • Geotechnical and Materials: ■ "Fundamentals of Shallow Foundation Design" ■ "Deep Foundation Exploration and Design" ■ "Retaining Wall Design- I" ■ "Retaining Wall Design- II" ■ "Ethical Decision Making for Engineers" ■ "Riprap Design" ■ "Excavation Safety and Shoring" ■ "Storm water Management—An Introduction" ■ "Advanced Storm water Treatment — Design" ■ "Slope Stability" ■ "Design of Sheet Pile Walls" ■"Geotechnical Properties of Marine Calcareous Soils" ■"Drilling and Sampling of Soil and Rock" ■ "Ethical Decision Making for Engineers" Professional Experience Mr. Becco is the Vice President of PSI's operations throughout Wisconsin, including offices in Waukesha, Ripon, Green Bay, Menasha, and Chippewa Falls. In this role, Mr. Becco provides overall daily management, technical oversight, and direct supervision to the Branch and District Managers, as well as to their local environmental, geotechnical, and construction services departments. With more than 29 years of experience in Geotechnical Engineering and Environmental Consulting, Mr. Becco has extensive James M. Becco, PE Vice PresidenUPrincipal Engineer Waukesha, Wisconsin Page 2 of 3 knowledge of subsurface conditions and the regulatory framework throughout Wisconsin. He has been involved with numerous projects of varying complexity, including stream and groundwater monitoring, petroleum assessments, solvent (dry cleaner) investigations, and a multitude of geotechnical engineering studies. As a principal client contact, project manager and senior consultant on a wide range of projects, Mr. Becco is also involved in proposal and report preparation, project planning and administration, as well as the coordination and supervision of field staff. Mr. Becco joined PSI in 1986 and worked throughout Wisconsin, Florida and Michigan where he was responsible for overall management, technical and administrative duties of geotechnical and environmental departments, and report preparation, review and technical consultation. He joined Midwest Engineering Services (MES) in January of 1992 as the Department Manager for Environmental Services in the Waukesha, Wisconsin office. He was promoted to the position of Branch Manager in August of 1995, and then to Region Manager overseeing all of MES' five Wisconsin offices in July of 2000. Mr. Becco was responsible for the oversight and direct supervision of each of the branch managers. Mr. Becco also acted as a senior geotechnical and environmental consultant, and a principal engineer for each of the branches. Mr. Becco re-joined PSI in 2014 when MES was acquired by PSI. Representative Environmental Consulting Project Experience • Project Manager - More than 300 Circle K and 7-Eleven C-store and service station upgrades across the State of Florida. Developed and performed or managed environmental assessments, leaking underground storage tank investigations and station upgrade projects. • Project Manager- More than 100 Speedway and Marathon C-store and service station upgrades across the State of Wisconsin, and into northern Illinois. Developed and performed or managed environmental assessments, leaking underground storage tank investigations, and underground storage tank removals. • Project Manager - Evaluation of heavy metals (including chromium and silver), volatile organic compounds, and sulfide/chloride contamination within soil and groundwater at the Photo-Cut facility in Waukesha, Wisconsin. Developed and performed the environmental assessment, including field work, data evaluation, statistical data analysis, and preparation of regulatory closure reports. • Project Manager - Evaluation of contaminants, and of storm water control at the Valley Sand and Gravel quarry in New Berlin, Wisconsin. Developed and managed the environmental assessment. • Project Manager overseeing the performance of Phase I and Phase II Environmental Assessments at numerous Walmart, Lowes, Menards, and Meijer Retail Stores across the State of Wisconsin Representative Power Transmission Project Experience • Lead Engineer/Project Manager — Geotechnical Evaluation, 200+ Transmission Line and Substation Projects (Electrical Consultants, Inc. and American Transmission Company), State of Wisconsin James M. Becco, PE ' Vice President/Principal Engineer Waukesha, Wisconsin � Page 3 of 3 • Lead Engineer/Project Manager — Geotechnical Evaluation, Border to Apple River Substation T-Line Project (Dairyland Power Cooperative), Polk County, Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, 15+ Substation Projects (WE Energies), State of Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, 15+ Substation Projects (Xcel Energy), Northwestern Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, Forward Wind Project (Invenergy, LLC), Fond du Lac County, Wisconsin • Lead Engineer/Project Manager—Geotechnical Evaluation, Glacier Hills Wind Project (WE Power, LLC), Columbia County, Wisconsin • Lead Engineer — Preliminary Geotechnical Evaluation, Lancaster Wind Project (Navitas Energy), Stephenson County, Illinois y Summary of Qualifications Professional Service Industries, Inc. Patrick J. Bray Branch Manager Appleton, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin - Madison, Civil Engineering, 2012 Professiona( Regisiraiion/Certification Certified Soil Tester (CST) - Wisconsin Continuing Education and Short Courses Constructron Materials Testing: American Concrete lnstitute Field Testing Technician - Grade 1 Nuclear Density Gauge Operation Training — Engelhardt and Associates, Inc. Experience and Background Professional Service Industries, Inc. Appleton Wisconsin, April 1, 2014 to present. Mr. Bray was promoted to Branch Manager of the Appleton office in 2014. His responsibilities include overseeing the daily operations of the geotechnical, environmental and construction testing departments; preparation and review of reports; management of field and laboratory personnel; coordination of daily schedules; and administrative and marketing responsibilitieso Midwest Engineering Services, Inc. Green Bay, WI, June 2012 fo March 2014: Mr. Bray joined MES in June of 2012 upon graduation. As Project Manager in the Green Bay office, Mr. Bray was responsible for the daily management and technical oversight of the Construction Services Department. In addition, he also assisted in the Geotechnical Department by preparing reports and performing drill scheduling. Prior to joining MES, Mr. Bray gained 8 months of experience through a co-op with a consulting engineering firm based in Madison. His responsibilities included laboratory testing, concrete testing, and foundation subgrade evaluations. Professional Service Industries, Inc. Gary Wellner Driller III Appieton, Wisconsin Year started with PSI: (1994) Years experience with other firms: (10) Education . High School Diploma; West High School, Waterloo, lowa Certifications/Registrations/Technical Training • OSHA 40-Hour Hazardous Waste Training Course • OSHA 8-Hour Refresher Courses - Yearly • Drilling Safety Procedures • Annual Safety Refresher and Monthly Drillers Safety Meetings • Pressuremeter Testing Procedures and Field Demonstration Professional Experience Mr. Wellner's responsibilities include operating drill rigs for geotechnical and environmental drilling projects, including drilling of landfills and hazardous waste sites. He is experienced in solid and hollow stem boring, mud rotary soil drilling, soil sampling by split-spoon and direct push methods, rock coring, air or mud rotary rock boring, grouting of bore holes, deep hollow stem augering, and monitoring well installation to depths of 150 feet. Additional responsibilities include supervision of drilling activities, monitoring well development and abandonment, boring layout, checking utility locates, and maintenance of field equipment involving engine, hydraulic and electronic systems. File Name: WellnerG.docx Revised: 10/14/2015