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