Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Professional Service Ind. & Oshkosh
7/4 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: Patrick Bray,E.I.T. Date: November 17, 2016 Professional Service Industries,Inc. Subject: Executed Agreement 1125 West Tuckaway bane,Suite B 2017 CIP Subsurface Exploration and Menasha,WI 54952 Geotechnical Engineering Evaluation Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is the executed agreement for the 2017 CIP subsurface exploration and geotechnical engineering evaluation. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. City Clerk's Office-Original cc: File Signed: Try L. Taylo 6 h\Engine+ering\SollBorings\2017\PSI LOT-Executed Agreement 11-17-16.doac I, AGREEMENT This AGREEMENT, made on the '�(� day of 2016, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and PROFESSIONAL SERVICE INDUSTRIES, INC., 1125 West Tuckaway Lane, Suite B, Menasha,WI 54952,party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETH; The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR 2017 CAPITAL IMPROVEMENTS PROJECTS. ARTICLE I. PROTECT 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: Laura Jungwirth, P.E.—PrincipaI Civil Engineer 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:\Bngtwr1ng\Sol1BoringsS2017 PSI AgmententFom„11-2-16.,1ocx Page 1 of 7 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 Iatent 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 the CONSULTANT makes no warranty 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 the CONSULTANT reasonably relied upon and 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:1Engineering\Soil Dotings\2017\PSI Agreement Parnt_1t-2-16.docx Page 2 of 7 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 CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the .full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT`s services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY'S Request for Proposal. k\EngineeringkSollBorings\2017\PSI Agreement Form_11-2-16.docx Page 3 of 7 The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees 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 Regarest for Proposal dated October 18,2016 and attached hereto 3. CONSULTANT's Proposal dated October 28, 2016 and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total suin as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: Time and Materials Not to Exceed $52,668.75 (Fifty Two Thousand Six Hundred Sixty Eight Dollars and Seventy Five Cents). 0 Attached fee schedule shall be firm for the duration of this AGREEMENT. 1:`Engineering\Soll Bodngs�2017\PS1 Agreement Fomi 11-2-16.docx Page 4 of 7 B. Method of Payment, The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s)for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E, Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. 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. 1:\Engineering\SollBorings\2017\PSi Agreement Form_11.2-16.dax Page 5 of 7 ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oslikosli Insurance Requirernents, 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, M EngineedngXSoil Rorings\2017\PSI Agreement Form_]]-2.1h.docx Page 6 of 7 ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant m4wyzy- if a Corporation) (Specify Title) By. (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: _ _�_ � f� (Witness) Pamela R.Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. ity Attorney An City Comptroller I:NEngineeringk5oil Borings�2017\PSf Agreement Fomi_11.2-16.docx Page 7 of 7 Taylor, Tracy L From: Jungwirth, Laura Sent: Tuesday, October 18, 2016 5:16 PM To: ' (Paul.Tarvin@terracon.com)'; 'Douglas Dettmers (douglas.dettmers@gestrainc.com)'; George Barker; 'Jeffery.kamin @psiusa.com'; 'Milwaukee@gilesengr.com'; 'gowens@amengtest.com' Cc: Paul Timm;Taylor,Tracy L; Rabe,James E.;Gohde,Steven M. Subject: City of Oshkosh Geotechnical Engineering Services Contract Consultants, Enclosed with this email is information related to Request for Proposals for Subsurface Exploration and Geotechnical Engineering Evaluation for the City of Oshkosh Capital Improvements Projects. The link below to the contract information will be available for one week. htt s://www.ci.oshkosli,wi.us/Nvebinfo/FileShare/index,as x?k=IE23FID712146181021E10261F21CAB88CD 8ECC6AA7C9C Thank you. Laura Jtnigwirth,P.E. Principal Civil Engineer,Public Works - Engineering Division City of Oshkosh 920.236.5065 Follow us: Web 1 Facebook I Twitter F U of 0SSh Oshkosh October 18,2016 RE: Request for Proposals for Subsurface Exploration and Geotechnical Engineering Evaluation for 2017 Capital Improvement Projects Dear Consultants: The City of Oshkosh is hereby requesting proposals be submitted for Subsurface Exploration and GeotecluEicaI Engineering services related to the City's 2017 Capital Improvement projects. The purpose of this exploration program is to identify the soil and groundwater conditions within the depths of the project excavations. The reports are to provide a summarization of pavement and base coarse thicknesses; soil type verification; bedrock depth, if encountered; and groundwater levels. In addition, field screening of the soil samples is to be completed to identify potential environmentally- impacted soil. The proposal shall include, at a minimum: related project experience, planned project team and resumes, engineering fee schedule, and a breakdown of costs as requested in the attached Scope of Services. This agreement will have four (4) separate deliverables, each with unique due dates that are also listed in the Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated that the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. Questions regarding this request for proposal shall be emailed to me at l'un wirth0ci.oshkosh.wi.us (with the subject heading of "2017 Subsurface Exploration and Geotechnical Engineering Evaluation RFP Questions") by 12;00 noon on Monday, October 24, 2016. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposals by 12:00 noon on Wednesday, October 26, 2016. Please submit four (4) copies of the proposal to my attention no later than 4:00 p.m, on Monday, October 31, 2016. It is anticipated the award of this agreement will be made by Tuesday, November 8,2016. Please ensure you have the proper insurance paperwork, so the award is not delayed. L1Hnginming4SoilBoringsk2017kPrapa-aJPhese CvverLetler_10-18-16.doc Page 1 of 2 City Hall,215 Church Avenue P.O.Box 1130 Oshkosh,WI 54403-1130 htlV//YA".ci.oshkosh.wi.us Enclosed with this Ietter are copies of the Scope of Services, Proposal Cost Breakdown, Sample Boring Log, Boring Location Maps, Standard Engineering Services Agreement, Professional Services Liability Insurance Requirements, and the Pollution Exposures Liability Insurance Requirements. The information contained within these enclosures shall become a part of the agreement with the Consultant selected to perform the Services. If you have any questions,please do not hesitate to contact us. Sincerely, Lau Jungwirth,P.E. Principal Civil Engineer LiAl t Enclosures cc: James Rafe,P.E.,CPESC,Director of Public Works Steven M. Gohde,P.B.,Assistant Director of Public Works File L1Egl4 iirSkSollBorings�2B17XProposatPlmsc Cover Lelter_1P18-16Acc Page 2 of 2 SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2017 CAPITAL IMPROVEMENT PROJECTS L The scope of this agreement 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, Soil samples shall be split and provided to the Environmental Services Consultant for field screening and to identify potential environmentally-impacted soils. Reports shall be prepared in general accordance with normally accepted geotechnical engineering practices. A total of 89 soil borings are anticipated for the following Capital Improvement projects. A. West New York Avenue(Wisconsin Street to North Main Street) a. (8)—15-ft borings, (1)20-ft boring. b. Pavement type is 1981 Hot Mix Asphalt, B. East Murdock Avenue (Harrison Street to Bowen Street) a. (6) —20-ft borings, (2)25-ft borings. b. Pavement type is 1972 Concrete, C. Lake Street(Bay Shore Drive to Ceape Avenue) a. (2)—15-ft borings,(5)20-£t borings. b. Pavement type is 1917 Asphalt over Concrete with a 1996 sealcoat. D. Bay Shore Drive (Bowen Street to Lake Street) a. Bowen Street to Frankfort Street 1. (7)—25-ft borings. 2. Pavement type is 1940 Road Mix with a 1996 sealcoat. b. Frankfort Street to Lake Street 1. (5)—25-ft borings. 2. Pavement type is 1915 Asphalt over Concrete with a 1996 sealcoat. E. Westowne Water Quality Basin a. (3) —15-ft borings. b. Boxings will be in turf. F. West Murdock Avenue (Algona Boulevard to Vinland Street) a. (9) --15-ft borings. b. Pavement type is 1978 Concrete. Q ClairvilIe Road(Southwest Industrial Park to West 201h Avenue) a. (8) --20-ft borings. b. Pavement type is Hot Mix Asphalt. c. Pavement is located within both Town of Algoma and City of Oshkosh. 1A EngtnaeringlSoi1 5arings12017kVroposaf Pluse12017 Soil Borings Scope of WVfk1oc Page 1 of 6 H. West 61h Avenue (Reichow Street to South Eagle Street) a. (3)—15-ft borings. b. Pavement type is 1964 Concrete. I. Oshkosh Avenue (North Westfield Street to North Eagle Street, and Punhoqua Street to Fox Street) a. (8)—20-ft borings. b. Pavement type is 1971 Concrete. J. North Eagle Street(Oshkosh Avenue to Graham Avenue) a. (2) —15-ft borings. b. Pavement type is 2004 Road Mix Asphalt. K. Graham Avenue (North Eagle Street to Punhoqua Street) a. (1)—15-ft boring. b. Pavement type is 2004 Road Mix Asphalt, L. Punhoqua Street(Rainbow Drive to Oshkosh Avenue) a. Rainbow Drive to Catherine Avenue 1. (2)—15-ft borings. 2. Pavement type is 2005 Cold Mix Overlay. b. Catherine Avenue to Oshkosh Avenue 1. (2)—15-ft borings, (2)—20-ft borings. 2. Pavement type is 1926 Road Mix with a 1989 sealcoat. M. South Park Parking Lot a. (6) —15-ft borings. b. Pavement type is Asphalt. N. Maricopa Drive (Dickinson Avenue to Covington Drive) a. (7) —15-ft borings. b. Pavement type is 1987 Concrete. 2. The City of Oshkosh will perform the following tasks: A. Provide Geotechnical Services Provider with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Services Consultant to provide suspect locations for sampling and other pertinent information,prior to drilling. C. Provide Geotechnical Services Provider with an engineering staff member to assist in boring layout. D. Provide Geotechnical Services Provider final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the Consultant's use in boring log development. 1:\pcigincering`Seif Oorings\201751'rop"I 11 ese\2017 Sail Borings Scope of Work dcK Page 2 of 6 F. Set a "Pre-Construction Conference" with the Geotechnical Engineering Services Provider prior to starting work. The Environmental Services Consultant shall also be present at this meeting, as well, to discuss any issues, and coordinate the drilling schedule. All communication protocol shall be established at this meeting. 3. The Geotechnical Engineering Services Provider will perform the.following tasks; A. All items necessary to perform the tasks detailed in the Scope of Services. B. Subsurface Exploration and Reporting a. Mark the borings in the field and coordinate with Digger's Hotline. Re-marking of soil boring locations due to weather will be the responsibility of the Geotechnical Services Provider. b. Set a meeting for boring layout per street with Environmental Services Consultant, all Digger's Hotline locators,and City of Oshkosh Project Manager. The City Utility locator will NOT mark utilities down the entire street, due to the length of time this will take. Rather, the Geotechnical Services Provider shall provide a mark point and the City Utility locator will locate within a designated radius (approximately 25') around the specific boring locations. c. Coordinate with the City of Oshkosh Project Manager and Environmental Services Consultant Project Manager on drilling schedule and provide three (3) day notice of the onsite boring layout meeting. d. The Geotechnical Engineering Services Provider will provide the City Project Manager and Environmental Services Consultant Project Manager with e-mails daily, identifying which borings they intend to complete each day. e. All streets are to remain open to traffic. The Geotechnical Services Provider will be responsible for furnishing all necessary barricades, flares or flashers,flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Constrrcction. f. If a particular boring cannot be accessed during drilling operations, the Geotechnical Services Provider shall work with the City of Oshkosh on a revised location. g. Follow standard geotechnical practices.for subsurface sampling,borehole abandonment, and laboratory testing. h. Perform standard geotechnical sampling with 15 split-spoon samples, spaced V (vertically) apart, starting at an even point below the pavement (Le. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing, The Environmental Services Consultant shall be provided split-spoon samples of all soil boring samples. L If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed utilities; therefore, accurate identification of material type down to the indicated depth is necessary. Due to the depths of the proposed utilities and material type in Oshkosh, the Geotechnical Services Provider is required to anticipate hard drilling throughout. 1:5Engin ning�Soil Borings\201711`ropasal Phase12017$oil Borings Scope of Wo&doc Page 3 of 6 j. 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 herein. At a minimum, moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. k. Pavement shall be restored in-kind. It is the Geotechnical Services Provider's responsibility to know current pavement type. I. Groundwater elevations shall be estimated for every borehole. C. Field Coordination.and Environmental a. The Environmental Services Consultant will prepare and provide a "quick reference guide" for use by the Geotechnical Engineering Services Provider to provide additional information as to what types of environmental impacts may be encountered. Should the Geotechnical Engineering Services Provider encounter something they suspect is impacted, they shall notify the City Project Manager and the Environmental Services Project Manager immediately. b, Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field. Split samples are to remain cool until PTD readings are taken by the Environmental Services Consultant. c. Split samples shall be provided to the Environmental Services Consultant during drilling operations. D. Reporting Requirements a. Project Overview. b. Field Procedures. c. Laboratory Procedures. d. Exploration Results(broken down by street). e. Considerations and Recommendations 1. Recommendations for deep sanitary sewer construction are requested (i.e. slope stability and dewatering). 2. Other information as appropriate. f. General Qualifications. g. Individual Soil Boring Logs. h. Soil Boring Location Diagram i. Summary Table (separate table for each street) 1. Boring Identification. 2. Boring Depth(proposed &actual). 3. Pavement Thickness. 4. Base Coarse Thickness. 5. Fill Thickness. 6. Depth of Bedrock.or Refusal,if present. 4. Project Deliverables A. Schedule of Project Deliverables 1. Bay Shore Drive and Lake Street reports due December 22,2016. 2. New York Avenue, East Murdock Avenue, Maricopa Drive, and West South Park Avenue reports due January 13,2017. I:iSngirnering�Soil Borings\2017kl'roposal Vha,,520l7Soil Borings$capeof Warkdoc Page 4 of 6 3. Westowne Water Quality Basin, West Murdock Avenue, Clairville Road, West 611, Avenue, Oshkosh Avenue, Graham Avenue, and Punhoqua Street reports due February 3,2017. B. Drilling can be completed at the Geotechnical Services Provider's convenience as long as the reports are submitted no later than their respective due date. 5. Proposal Cost Breakdown A. Boring Layout I. Cost to include coordination with Diggers Hotline, Utility Locators, and the City of Oshkosh Project Manager, 2. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling(lump) 1. 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) 1. Cost to include proper borehole abandonment and street patching. 2. Cost to include providing cooled split samples to Environmental Services Consultant twice daily. 3. Unit cost will also be used for additional drilling, if needed. 4. A contingency amount is added to the proposal cost breakdown sheets attached. 5. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge, once the contract has been awarded,will not be approved. D. Project Engineering and Reporting(lump sum) 1. 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 likely to be required. Steam cleaning shall be completed at the City of Oshkosh Wastewater Treatment Plant in the sweeper dump upon prior authorization by the City Project Manager. Do not cross contaminate samples. P. Rock Coring will be handled on a contingency basis. Quantities are not guaranteed, Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. 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 Iocated a few feet away and blind drilled to the initial refusal depth. H. Provide general rate sheets for items not covered in this Scope of Services. 6. Additional Information 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. ASTM or other recognized standard test methods and soil classifications-used in preparation of the reports shall be identified. 1:1Enginceri lSoi[6orings1201711'ropasa]llaw\2017Soil Wrings Scopeofworkdoc Page sof6 B. The Geotechnical Services Provider shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition, including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. C. The entire soil profile is required from the surface to the indicated depth. D. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date,if necessary. E. The number of borings and depths are subject to change. Additional street borings and pond projects may be added to this agreement,or borings/work may be deleted at any time. F. It is the Geotechnical Services Provider's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump the material for non-impacted soil borings. Impacted soil borings will be containerized in drums and relocated to a dump site selected by the City of Oshkosh Project Manager. G. This agreement will be per the City of Oshkosh Agreement form only; unless the Geotechnical Services Provider has a previously approved services agreement on file with the City of Oshkosh. A sample agreement form is attached. The Geotechnical Services Provider's standard or general services agreement language will NOT apply. 1:ti Engi�•eringlSoil eorisigs1261711kopncl 11lwe\2017 Soil 130rings scope of Work doc Page 6 of 6 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2017 CAPITAL IMPROVEMENT PROJECTS WEST NEW YORK AVENUE(WISCONSIN STREET TO NORTH MAIN STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. L Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control sum 1 $ $ 3. Soit Barings Feet 140 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL NEW YORK AVENUE $ EAST MURDOCK AVENUE (HARRISON STREET TO BOWEN STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QT). 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 1 Soil Borings Feet 170 $ $ I:1Pn8incerd1)g\Soil Boriags\2017�Propasal Phase}20P Vwpasal Cost Breakdown,doc Page 1 of 9 ITEM DESCRIPTION UNIT EST. BID UNITPRICE PRICE BID TOTAL QTY. 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL EAST MURDOCK AVENUE $ LAKE STREET(BAY SHORE DRIVE TO CEAPE AVENUE) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 130 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL LAKE STREET $ BAY SHORE DRIVE (BOWEN STREET TO LAKE STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY, 1. Boring Layout Lump Slim 1 $ $ 1:4Enginccring%Soil Borings\2W\Proposal Pmw\2017 Proposal Cost Bmakdown.doc Page 2 of 9 ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 300 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL BAY SHORE DRIVE $ NORTH WASHBURN STREET(WESTOWNE DETENTION BASIN) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Peet 45 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL NORTH WASHBURN STREET $ I:�l:'nginocring�Sail6orings�2037+Proposal Phsse\2017ProposalCosi Bpokdowadoc Cage 3 of 9 WEST MURDOCK AVENUE (ALGOMA BOULEVARD TO VINLAND STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL Q7Y 1. Boring Layout Lump Sum 1 $ $ 2. MobiIization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 135 $ $ 4. Project Engineering and Lump Reporting Sunt 1 $ $ SUBTOTAL WEST MURDOCK AVENUE CLAIRVILLE ROAD (SOUTHWEST INDUSTRIAL PARK TO WEST 20TH AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 3. Soil Borings Feet 160 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL CLAIRVILLE ROAD I:MgirkLring\Soil Boringsy2017lProposal Pha:e\2017 Proposal Cost Breakdown.doc {rage 4 of 9 WEST 6Tn AVENUE (REICHOW STREET TO SOUTH EAGLE STREET) ITEM DESCRIPTION UNIT EST. BID LINITPRICE PRICE BID TOTAL QTY 1. Boring Layout lump Sum 1 $ $ 2. Mobili7ation/Daily Travel/Traffic Lump Control Sum 1 $ $ 1 Soil Borings Feet 45 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL WEST 6TH AVENUE $ OSHKOSH AVENUE(NORTH WESTFIELD STREET TO NORTH EAGLE STREET AND PUNHOQUA STREET TO FOX STREET) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 160 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL OSHKOSH AVENUE $ 1:• Engineering\Soil Borings\2017\Proposal]hase�2017 Proposal Cost Oreakdown.doc Page 5 Of 9 NORTH EAGLE STREET(OSHKOSH AVENUE TO GRAHAM AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. MobiIization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 30 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL NORTH EAGLE STREET $ GRAHAM AVENUE(NORTH EAGLE STREET TO PUNHOQUA STREET) ITEM DESCRIPTION UA71T EST. BID UNIT PRICE PRICE BID TOTAL QTY, 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 15 $ $ 4. Project Engineering and Lump, Reporting St1m 1 $ $ SUBTOTAL GRAHAM AVENUE $ I:S En&kctirkig\5oi1 Borings52017\Pro1osa1 rh3 \2017 tlmposa€Cost Broakdown.doc Page 6 of 9 PUNHOQUA STREET (RAINBOW DRIVE TO OSHKOSH AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY, 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 100 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL PUNHOQUA STREET WEST SOUTH PARK AVENUE (SOUTH PARK PARKING LOT) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE;BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 90 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL WEST SOUTH PARK AVENUE $ f.�EnginecringNSoil Borings%2017k Propoul Phase X2017 Proposal Dq 6makdown.doc Page 7 of 9 MARICOPA DRIVE (DICKINSON AVENUE TO COVINGTON DRIVE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ $ 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ $ 3. Soil Borings Feet 105 $ $ 4. Project Engineering and Lump Reporting Sum 1 $ $ SUBTOTAL MARICOPA DRIVE $ €:\Engineoring\5o11 Barings\2017\Pmposal Phaw\2017 Proposal Cost©reAdown doc P1ge 8 of 9 MISCELLANEOUSIUNDISTRIBUTED ITEMS STEAM CLEANING OF DRILLING EQUIPMENT (UNIT COST$ )X 7 TIMES= $ ROCK CORING (UNIT COST$ ) X 100 FEET=$ SOIL BORINGS (UNIT COST$ } X 100 FEET=$ BLIND DRILLING (UNIT COST$ ) X 100 FEET=$ DRUMS FOR IMPACTED SOIL,INCLUDING RELOCATION TO CITY PROPERTY (UNIT COST$ ) X 5 DRUMS=$ TOTAL PROPOSAL COST $ fA E0girmering kBoil Borings12017k Pwposal Phasck2017 Proposal Cost Breakdown dot Mage 9 of 9 G IENT JA�J' OP BORI a NUAt"A•1$ Clay of Oshkosh (709 M ss PRO.}�OT xAME CHITSOTrEN01NEER Av 2010 North Side StreotConetruatiorl 49ITUL0000 r1PRE p8 Oshkosh,Wisconslli (>7 N$fyr to REP 2 a 4 S PWTfO MEN LIQU LIMIT% MWEHTV LIMIT% 1ESIMIT1110111l111 � *--•••_*.-.— -A 14 ZO 30 40 60 111555 $TAhbARD $UIiFAMELEVATiGN. fl. $ ® �lrFiRAT�IDNalO�'1PS 08 p -a ne Ds t ss fo Roddlsh brown slaty relay(CL)-with(race of sand and fire gravel-mala{.very altff to,Ita rd 2 SS <1 114 4.0r i i J S& t k ti Ii :T 1 •t t 4 S$ S 110.0 I Brown allty day(CL)-vrffh trace of Bend and lino grsvol w 14.0 68 -mutat-Varysllfftohard ai �23 12.0 as a Ss Oraysflt(ML)-molat-.voryattll < Town a Ay C - race o frne as -mo 1- 9A 0 very sitfftohe .o <1 10112 Bolt g advanoad with sold-stem sugar * Iibasl d Pori trom r Boring badcflaed tiY(fh 318rt dtlppecf bsnEonlle Tho sfrollRcatlon Un as reprosant the approArnote boundary lines betvmen sof!(ypes,In situ,tho Iranslt(on may be gTaduat. AL O W8 i10RINQaiAHTep Rli6l20i4 KC BORINO 00,4.P01i� EHTfREn av Ory AS 7J�GI2410� 0tIEi}Tn`0. 9 OF i 151 EMM APPe& • • • c u + C I00 Sc c CL 0- r s _ 3 PR ON MM -,FAX Fx iMIEN MWO � 71m liffiv 11 'IT mm I I m W11011.1411A I milm al mill IN FIFTH "Em. WIN H" Emm pggm L,W4 wzw- m- URI MINI -A �ia ZW- fl �NMI5 Eli,1, § _ r 1 mi m- � x Pfflf � , . , g - Oil 'X�yS',{'� ,gra @ Ne" g " {r f -H C.E�� � � UM € laRM 0 ", me LIN ���� � ��. ��� � �����' < �:� � ,� a �► � � �� � JIa #a x f2 I-OEM ` � RON �� bwm WmErzo -ba-MER mL S" y E• , r Y { YS.i H Mm Ron HimawIL R N 1, mum mmw INN VIM 51 WH Mal ti c R inum il-,� m ila i ON liffil,MUSEUM 4 RUM {$[per gg SF�yg�y'k .�..... .+ - - f • :_ a { Y¢9gg. �y/- �•f 845_33 :3 ia .i 3yt4`, t3Yii.£ L. CL .Z O C Cunt O N C p r N .h 41AmS O C On R N L f1 c N O a =v`aroa� 00 m ° O mooNc3v o8c _ — •� a N- [�v N-, N- N n Q C� f N N"-m a n e y 61 N N- r ,O/�� O Ir! a ui W WW W LL3 ,1C{ N I n a y�� o o o D w inG T W G"u N~F CL -- - -- ,^- -- r - rco Q o 12 ut ® ® ® ® ® ® ® Q I L H C `o,Q ` W d _ r W o i � e nw 5 Iowa _ '' - d.R, z _ k -r oil 1 a p o O3 O Z'TN� (a y 'b p.$1 co G Y (V v Q N N, N N x Q yy3 N pEp V c C O R S y v� Q 22 U N p ? m Q O m m m m 2 ro 2 2 m m m r3 N N p p N O C �f m ® ® ® G ® ® ® >a a° « o L Qj LL /°m a m Q7 L Q p Ing O G1 arc 1'3c � � 0 y a Y •'O^ U) 'r^ vo 0 b bhEa V ,C wcacy� �m� ` o W -2 3- o3-'a O ?N y y L1 CL w a I Aol cE ,fid •`` � �- �� �' .� `� `3 m - r q M y t s�sg= �s�T� v ate- _ 78C L O 31 v z+ � ,N o�58 �� , � 4) N '-' C R � o:7 . � av 65 0 L! =V! y ® L 4 1„ V ;N d N N C 41 0 a m 3 . 00 a ,� — S - ;H .88$`c y� N V 01 cor�8im La 0 N 3 o W a� m—v�'um°Y� c Cf Q p c T osy� c yrna N Q to y y c@ LD O a d ® ® L C U ((yy H Oi O I'S- �� 3i yam- r•�{ ': -#. 1 �� G' Will s � i � � � ei�; �� �� e�FT•�3�:. ii 4 I �I f _ 4 '�4a . v._� ��_ _ �„. . � tea_ •_� �- 4 � T � 1 R ol �� »y ;; '�_ s � ; • • i Man MEMEM 119-15, M�, OR Ri,I'.I HrT 101- ,On 0 FIN 1� MOM x ice• "� >x �* ` E ANZ ?'ME �}�� � a 1 ME 23 r [ ,MIA MEAN gr! NA U., ull, P — EMIR r lam "g 1 ' wo, rail- y Y -11 §6 �`k-< v�4 -_" awe' kW €^ � .- ,� 3t � Hi-fi • i . ; • , 4 CL IC 0 • 1 • S ' 04 a Lu� a l WINN mg x u a ' ga$ �n 3' ''` it"tAgo w " �� _ pc¢�r� �. r ��Y�� '�� ,g..�•;-, �� #�_ rv-s.����� � -�.�a-x ��s-.'� '� �`s� a�s� _t�.y���i iN mo�'`fir 3 �.s �. i #•� �''- y -,�'�+ �� - �,��, � ��- q�.�,t k � fit MilT MW ME a Al VIM i _ WF IN j �s+'agi�' WS Ma"Als I WAR s • • • • • • • 0 ■ ■■ • • r CL s RIF 8CO LU � 7. "".� C 3 1 �.'�a a.kS � as4 x '�� k`S^ i' 3-'•� � iy�J���.:�F 1Yk` tl` `� � y x� gms u x � _..`m'g 19 r s ^ �� err. C T' cmL4oc=a�Tyr p * 60 _ z ° a �mQeE °� � �C Z FL cn Q C b7 z u.oo C me p� �FnP �'� CN O a to O • 6 • i 6 • i ! O V- •� N v c o c IL ED = � O O t9 O 0) tv _ rotd c ° u r O .C . RS vj � � � � � °VvF � r vc `n� ti� drH O U3 C c� W $ N 4 CV a O = N CJ d d a a a a J R9 as � � � � � t7 � � a S° o5� 4 pp s C I MR a f MCL di z 0 to CL M a. CL• 13 . 4-1 CL :: 0 S IDa I r s x MEM Olk MINNA ti '� ...� ka '°a +r' tr- " i. �S-..a'�� _ i '.k�-' .q. r:EMr�-mss s t � g�• €'. d� � - ..:-�'�� ��w:'+`.•rT�.�3ih�"-i ..0 s�mac¢� m z0 °� � �3 0 9D N 9 cl 06 o CL `m Op Q /M0 r � S O C �c"�a._q�Q�� ro a �i.l 0 m CJ O a p 4 W W m m ro n 0 � e r� -• 4 x' 4 'i....a cf�QQ ` � 3. F • aF ��o �� 4�h _ ..: :. $ µ O ri i� U �` AGREEMENT This AGREEMENT, made on the day of 2016, 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: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING EVALUATION FOR 2017 CAPITAL IMPROVEMENTS PROJECTS. ARTICLE L PROJECT MANAGER A. Assignment of Project Manager, The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name—Title B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE 11. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Laura Jungwirth,P.E.—Principal Civil Engineer ARTICLE 1II. 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. I:1 Engineering 1S0i1 Borings\7017\Proposal Phase 4 Blank Current Agrcemeat Form_10.1&16.do" Page 1 of 7 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 the CONSULTANT makes no warranty 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 the CONSULTANT reasonably relied upon and 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. [.•11=n81mering\5ol[Borings12017\Pmposal VhasABlank CLrmn1 AgnvinvntPorni_10-1846.docc rage 2 of 7 ARTICLE V1II. 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 CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY`S Regarest for Proposal. te18ngfneering�Soil ftorings%20174 Proposal Phase 4[dank Current Agrermnt Form_10-18-16.docx Page 3 of 7 The CONSULTANT shall perforin the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices, The CITY agrees 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,€ailure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached; 1. This Instrument 2. CITY's Request for Proposal dated and attached hereto 3. CONSULTANT's Proposal dated and attached hereto In the event any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $ Dollars). • Attached fee schedules shall be firm for the duration of this AGREEMENT. I:tiEnginmring\Soil Borings OMProNsal Phase\Bfank Current Agmcment Form_16-1$-16.doez Page 4 of 7 B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment, C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s)not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. 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. lAEnglwring,5o11 Boting8�2012 kProposal Phasc\Blank Current Agmvment Form_10.1$-16.do" Page 5 of 7 ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirertients. 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 PROTECT 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, Iosses, 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. 1:IPngimeringlSoil ooringsN2017kproposal PBa-¢\\Blank Currcnl Agrccmenf Form_10-]s-1c% oiM Page 6 of 7 ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohlof€, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller MEnginecringNsoil Bwings�20175Propos l Pte,\B1ank Current Agw menl Fornr_10•18-16.A[r Page 7 of 7 4/14114 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primar coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. I. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for serviceljob 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) ProductslCompleted Operations must be carried for 2 years after acceptance of completed work (6) The general a re ate must aPply separately to thisproject/location 3. BUSINESS AUTOMOBILE COVERAGE— If this exposure shall exist: A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 - "Any Auto"—including Owned, Non-Owned and Hired Automobile Liability. III - 1 4114114 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "if" required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease —Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A,M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also Include Products — Completed Operations ISO farm 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. 111 -2 A� CERTIFICATE OF LIABILITY INSURANCE DATE(h1RVpDlYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) 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 endorsements. PRODUCER CONTACT Insurance Agency contact NAME: insurance Agent s Information,including street PHONE ff oontacrinromratton. C.No). address and POBDx AIC.No.Ext: ) applkable. EMAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC A 1NsuneRA: ABC Insurance Company NAIC# INSURED insuredseontaof hit omtafion, Including name,address and INSURER B: XYZ Insurance COm an NAIC# phone number. INSURER c-. LMN Insurance Company NAIC# INSURER D: lnsurer(s)must have a minimum A.M.Beat rating ofA- and a Financial Performance Rating ol`W orb-after. INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE AMY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIY MWDDr" LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 GeneralLlabddyPollcylJvmber PoficyeffedNaandezPyarbndafa. DAIJAGETORENTED ®COMMERCIAL GENERAL LIABILITY ® ❑ PREMISES(Ea oeaxrence) $50,000 _._.-.- A ❑`CLAIMS-MADE MOCCUR AIED EXP(Anyone person) $5,000 ® ISO FORM CG 2037 OR EQUIVALENT PERSONAL&ADV INJURY $ 1,000,000 ❑ GENERAL AGGREGATE $2,000,000 GEN.L AGGREGATE LIMIT APPLIES PER: PRODUCTS»COMPIOP AGG $2,000,000 ❑POLICY JE o-❑ ® LOC $ a 4BINEDac AUTOMOBILE LIABILITY (Ea SINGLE LIMB Ea ent) 0 ®ANY AUTO ® ❑ Auto lAbAdyF01ky Number 1pa4cyetreawarxf expketwn date. BODILY INJURY(Per person) $ ❑ALL O'NNED . SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ ❑ HIRED AUTOS ❑ NON-OWNED PROPERTY DALAGE AUTOS (Per accident) $ ❑ ❑ $ ®'UMBRELLA LIAB ®'.00CUR ® ❑ EACH OCCURRENCE $2,000,000 A ❑EXCESSLIAB ❑ CLAIMS-MADEUmbretlaLiablilyPacyNvmber Po,*yeffectiveantlexprathndafe. AGGREGATE $2,000,000 ❑DED ®RETENTION$10,000 ( $ COMPENSATION ❑ ❑ ❑ OTH- C AND EMPLOYERS' ®OER ANY PROPRI ETORIPARTNERIEXECLITIVE OFFICFIMEMBER EXCLUDED? YIN "porkers Compensation PoseyPa'rcyelfectNe aad exprratxin data. E.L.EACH AGCID2�IT _ $100,000 (Mandatory In NH) N Number dyes,describe under E.L.DISEASE—EA EMPLOYEE $100,000 (IESCRIPTIONOFOPERATIONS befvev E.L.DISEASE—POLICY LIMIT $500,000 A PROFESSIONAL LIABILITY $1,000,000 EACH CLAIM Professknal1-1074yPolky Polcyelfectveandexpkafwndate. $1,000,000 ANNUAL AGGREGATE Numhar DESCRIPTION Of OPERATIONS I 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 CANCELLATION City of Oshkosh,Attn:City Clerk insurance Standard III SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 5 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DEUVEREO IN 21 21Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS, Oshkosh,WI 54903.1130 Please Indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©18138-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) 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 Organization(s): Locations Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section ll -- Who Is An Insured Is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury" or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equip- 2. The acts or omissions of those acting on your ment furnished in connection with such work, behalf; on the project(other than service, maintenance or repairs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) design- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Insurance Standard III SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for CG 20 10 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 POLICY NUMBER: PoucyS 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 Organization(s); Location And Description Of Completed Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section it -- 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 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 III SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for, CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 ❑ 4114114 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 11) The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh is primar coverage and that any insurance or self insurance maintained by the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be in full force prior to commencing work and shall 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 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 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 I 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 includes Pollution and Clean-up costs) C. Deductible must be paid by Contractor IV- 1 4114114 D. If Subcontractors are used in the work, then this policy must also cover the Subcontractors F. Must cover Motor Vehicle loading and unloading (Please show on Certificate of Insurance) 3. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A-and a Financial Size Category of no less than Class VI, 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 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. IV- 2 Taylor, Trac L From: Jungwirth, Laura Sent: Friday, October 28, 2016 12:31 PM To: ' (Paul.Tarvin@terracon.com)'; 'Douglas Dettmers (douglas.dettmers@gestrainc.com)'; 'George Barker'; 'Jeffery.kamin @psiusa.com'; 'Milwaukee@gilesengr.com'; 'gowens@amengtest.com' Ce: 'Paul Timm', Taylor,Tracy L; Rabe,James E.; Gohde, Steven M. Subject: City of Oshkosh Geotechnical Engineering Services Contract Consultants, I have not received any questions regarding the Geotechnical Engineering Services Contract Materials, so no formal response will be issued. I also wanted to point out that my Cover Letter stated that the award of this agreement will be made by Tuesday, November 8, 2016. Due to the election, the Council Meeting will be held instead on Wednesday November 9, and the agreement award will be that date. Please be aware that the Request for proposals deadline is Monday, October 31,2016 at 4:00 pm. Thank you. Laura Jungwirth,P.E. Principal Civil Engineer, Public Works- Engineering Division City of Oshkosh 920.236.5065 Follow us:Web I Facebook l Twitter n -- City cif Oshkosh i i RV"C Iv? ) 0C T .; OMM � �-`,�5 SNC Information r.O.Z..SO Ju.,To Build on Engineering • Consulting * Testing PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL [[ ENGINEERING SERVICES I City of Oshkosh 2017 Capital Improvement Projects Prepared for: City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 October 28, 2016 PSI Proposal No. PO-0094-193575 ANSM-1 h fOtlllt1ti011 .To Build 0ii Menasha Office Engineering•Consulting.Testing 1125 W.Tuckaway Lane, Suite B Menasha,Wisconsin 54952 October 28, 2016 FIs. Laura Jungwirth, P.E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Geotechnical Engineering Services Proposal City of Oshkosh 2017 Capital Improvement Projects PSI Proposal No.: PO-0094-193575 Dear Ms. Jungwirth, Professional Service, Industries, Inc, (PSI) is pleased to submit this proposal to provide geotechnical engineering services for the City of Oshkosh 2017 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 2017 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, Patrick Bray, E.I.T. James M. Becco, P.E. Branch Manager Vice President Professional Service Industries,Inc.-1125 W.Tuckaway Lane,Suite 6-Menasha,Wi 54952.9,20-735-1200•www.psiusa.com hi ottttrttiort oaffF -ENToBur`IclOtt Menasha Office Engineering►Consulting►Testing 1125 W.Tuckaway Lane, Suite B Menasha.Wisconsin 54955, SUBJECT: Proposal for Subsurface Exploration and Geotechnical -Engineering Services 2017 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. PO-0094-193575 STATEMENT OF INTEREST Professional Service Industries, Inc. (PSI) is pleased to submit this proposal to provide Subsurface Exploration and Geotechnical Engineering Services for the 2017 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 reasonable 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 October 18, 2016 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 2017 Capital Improvement Projects will consist of utility and pavement construction, and a detention basin. The utility and pavement construction projects will be located along portions of West New York Avenue, East Murdock Avenue, Lake Street, Bay Shore Drive, West Murdock Avenue, Clairville Road, West 6th Avenue, Oshkosh Avenue, Graham Avenue, Punhoqua Street, Maricopa Drive, and south park parking lot; and the detention basin will be located along the west side of North Washburn Street. A total of 89 soil borings extending to depths ranging from about 15 to 25 feet (1,625 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 workscope is divided into fourteen (14) contracts, The requested workscope and services to be provided by contract are documented in Scope of Services section of the RFP, provided in Appendix A. Professional Service Industries,Inc.•1125 W.Tuckaway Lane,Suite B•Menasha,Wl 54952.920-735-1200•www.psiusa.corn Proposal for Subsurface Exploration and Geotechnical Engineering Services 2017 Capital Improvement Projects PSI Proposal No.: PO-0094-193575 October 28, 2016 Page 2 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, 89 soils borings will be drilled to depths ranging from 15 to 25 feet (1,625 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. As an exception, samples will be obtained at 2 foot intervals at the borings performed within the proposed Westowne Detention Basin. 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 $52,668.75. Final compensation will depend upon the actual number and depth of borings drilled and laboratory tests performed. Where an alteration to the workscope may be warranted, or additional services are needed, prior authorization from the client will be obtained, and any additional work will be charged at the unit rates shown on the accompanying Standard Fee Schedule. Proposal for Subsurface Exploration and Geotechnical Engineering Services 2017 Capital improvement Projects PSI Proposal No.: PO-0094-193575 October 28, 2016 Page 3 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. Patrick Bray, E.I.T. James M. Becco, P.E. Branch Manager Vice President 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 APPENDIX ,.;,. Request for Proposal information Standard Fee Schedule Insurance Certificate SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2017 CAPITAL IMPROVEMENT PROJECTS I. The scope of this agreement 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 Ievels, and deep utility construction recommendations. Soil samples shall be split and provided to the Environmental Services Consultant for field screening and to identify potential environmentally-impacted soils. Reports shall be prepared in general accordance with normally accepted geotechnical engineering practices. A total of 89 soil borings are anticipated for the following Capital Improvement projects. A. West New York Avenue (Wisconsin Street to North Main Street) a. (8)—15-ft borings, (1) 20-ft Loring. b. Pavement type is 1981 Hot Mix Asphalt. B. East Murdock Avenue (Harrison Street to Bowen Street) a. (6)—20-ft borings, (2)25-ft borings, b. Pavement type is 1972 Concrete. C. Lake Street (Bay Shore Drive to Ceape Avenue) a. (2)—15-ft borings, (5)20-ft borings. b. Pavement type is 1917 Asphalt over Concrete with a 1996 sealcoat. D. Bay Shore Drive (Bowen Street to Lake Street) a. Bowen Street to Frankfort Street 1. (7)-25-ft borings. 2. Pavement type is 1940 Road Mix with a 1996 sealcoat. b. Frankfort Street to Lake Street 1. (5)—25-ft borings. 2. Pavement type is 1915 Asphalt over Concrete with a 1996 sealcoat. E. Westowne Water Quality Basin a. (3)—15-ft borings. b. Borings will be in turf. F. West Murdock Avenue (Algoma Boulevard to Vinland Street) a. (9)—15-ft borings. b. Pavement type is 1978 Concrete. G. Clairville Road (Southwest Industrial Park to West 201h Avenue) a. (8)—20-ft borings. b. Pavement type is Hot Mix Asphalt. c. Pavement is located within both Town of Algoma and City of Oshkosh. I:UngineeringXSoll Eorings\2017\1`royasal Phase\2017 Soil Borings Scope of Work.dw Page 1 of 6 H. West 6t1'Avenue (Reichow Street to South Eagle Street) a. (3)—15-ft borings. b. Pavement type is 1964 Concrete. I. Oshkosh Avenue (North Westfield Street to North Eagle Street, and Punhoqua Street to Box Street) a. (8)—20-ft borings. b. Pavement type is 1971 Concrete. J. North Eagle Street(Oshkosh Avenue to Graham Avenue) a. (2)—15-ft borings. b. Pavement type is 2004 Road Mix Asphalt. K. Graham Avenue (North Eagle Street to Punhoqua Street) a. (1)—15-ft boring. b. Pavement type is 2004 Road Mix Asphalt. L. Punhoqua Street (Rainbow Drive to Oshkosh Avenue) a. Rainbow Drive to Catherine Avenue 1. (2)--15-ft borings. 2. Pavement type is 2005 Cold Mix Overlay. b. Catherine Avenue to Oshkosh Avenue 1. (2)—15-ft borings, (2)--20-ft borings. 2. Pavement type is 1926 Road Mix with a 1989 sealcoat. M. South Park Parking Lot a. (6)—15-ft borings. b. Pavement type is Asphalt. N. Maricopa Drive (Dickinson Avenue to Covington Drive) a. (7)—15-ft borings. b. Pavement type is 1987 Concrete, 2. The City of Oshkosh will perform the following tasks: A. Provide Geotechnical Services Provider with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Services Consultant to provide suspect locations for sampling and other pertinent information,prior to drilling. C. Provide Geotechnical Services Provider with an engineering staff member to assist in boring layout. D. Provide Geotechnical Services Provider final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the Consultant's use ut boring Iog development. k\Engineering\Soil Borings`2017\Proposel Phase\2017 Soil Borings Scope of Work.doc Page 2 of 6 F. Set a "Pre-Construction Conference" with the Geotechnical Engineering Services Provider prior to starting work. The Environmental Services Consultant shall also be present at this meeting, as well, to discuss any issues, and coordinate the drilling schedule. All communication protocol shall be established at this meeting. 3. The Geotechnical Engineering Services Provider will perform the following tasks: A. All items necessary to perform the tasks detailed in the Scope of Services. B. Subsurface Exploration and Reporting a. Mark the borings in the field and coordinate with Digger's Hotline. Re-marking of soil boring locations due to weather will be the responsibility of the Geotechnical Services Provider. b. Set a meeting for boring layout per street with Environmental Services Consultant, all Digger's Hotline locators, and City of Oshkosh Project Manager. The City Utility locator will NOT mark utilities down the entire street, due to the length of time this will take. Rather, the Geotechnical Services Provider shall provide a mark point and the City Utility locator will locate within a designated radius (approximately 25') around tike specific boring locations. c. Coordinate with the City of Oshkosh Project Manager and Environmental Services Consultant Project Manager on drilling schedule and provide three (3) day notice of the onsite boring layout meeting. d. The Geotechnical Engineering Services Provider will provide the City Project Manager and Environmental Services Consultant Project Manager with e-mails daily, identifying which borings they intend to complete each day. e. All streets are to remain open to traffic. The Geotechnical Services Provider will be responsible for furnishing all necessary barricades, flares or flashers,flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway nizd Stnichire Construction, f. If a particular boring cannot be accessed during drilling operations, the Geotechnical Services Provider shall work with the City of Oshkosh on a revised location. g. Follow standard geotechnical practices for subsurface sampling,borehole abandonment, and laboratory testing, h. Perform standard geotechnical sampling with 1.5' split-spoon samples, spaced 1' (vertically) apart, starting at an even point below the pavement (i.e. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. The Environmental Services Consultant shall be provided split-spoon samples of all soil boring samples. i. If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed utilities; therefore, accurate identification of material type down to the indicated depth is necessary. Due to the depths of the proposed utilities and material type in Oshkosh, the Geotechnical Services Provider is required to anticipate hard drilling throughout. 1:\Engineerfng\Soil Sorings\2017%Pml osal Phsse\2017SoR Borings Swpe of 1York.doc Page 3 of 6 J. 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 herein. At a minimum, moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. k. Pavement shall be restored in-kind. It is the Geotechnical Services Provider's responsibility to know current pavement type. I. Groundwater elevations shall be estimated for every borehole. C. Field Coordination and Environmental a. The Environmental Services Consultant will prepare and provide a "quick reference guide" for use by the Geotechnical Engineering Services Provider to provide additional information as to what types of environmental impacts may be encountered. Should the Geotechnical Engineering Services Provider encounter something they suspect is impacted, they shall notify the City Project Manager and the Environmental Services Project Manager immediately. b. Representative soil samples are to be obtained in the borings using split barrel tecluiiques. Soil samples are then to be sealed immediately in the field. Split samples are to remain cool until PID readings are taken by the Environmental Services Consultant. c. Split samples shall be provided to the Environmental Services Consultant during drilling operations. D. Reporting Requirements a. Project Overview. b. Field Procedures. c. Laboratory Procedures, d. Exploration Results (broken down by street). e. Considerations and Recommendations 1. Recommendations for deep sanitary sewer construction are requested (i.e. slope stability and dewatering). 2. Other information as appropriate. f. General Qualifications. g. Individual Soil Boring Logs. h. Soil Boring Location Diagram L Summary Table (separate table for each street) 1. Boring Identification. 2. Boring Depth (proposed& actual). 3. Pavement Thickness. 4. Base Coarse Thickness. 5. Fill Thickness, 6. Depth of Bedrock or Refusal,if present. 4. Project Deliverables A. Schedule of Project Deliverables 1. Bay Shore Drive and Lake Street reports due December 22,2016. 2. New York Avenue, East Murdock Avenue, Maricopa Drive, and West South Park Avenue reports due January 13,2017. 1:1Engln ring,Soil Bori¢gs\2017\11ropo at Phasek2017 Soil Borings Scope of Work.doc Page 4 of 6 3. Westowne Water Quality Basin, West Murdock Avenue, Clairville Road, West 6"' Avenue, Oshkosh Avenue, Graham Avenue, and Punhoqua Street reports due February 3,2017. B. Drilling can be completed at the Geotechnical Services Provider's convenience as long as the reports are submitted no later than their respective due date. 5. Proposal Cost Breakdown A. Boring Layout I. Cost to include coordination with Diggers Hotline, Utility Locators, and the City of Oshkosh Project Manager. 2. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling(lump) 1. 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) 1. Cost to include proper borehole abandonment and street patching. 2. Cost to include providing cooled split samples to Environmental Services Consultant twice daily. 3. Unit cost will also be used for additional drilling,if needed. 4. A contingency amount is added to the proposal cost breakdown sheets attached. 5. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge,once the contract has been awarded,will not be approved. D. Project Engineering and Reporting(lump sum) 1. 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 likely to be required. Steam cleaning shall be completed at the City of Oshkosh Wastewater Treatment Plant in the sweeper dump upon prior authorization by the City Project Manager. Do not cross contaminate samples. F. Rock Coring will be handled on a contingency basis. Quantities are not guaranteed. Be prepared to rock core on a daily basis. G. BIind drilling will be handled on a contingency basis. Quantities are not guaranteed. 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 drilled to the initial refusal depth. H. Provide general rate sheets for items not covered in this Scope of Services. 6. Additional Information 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. ASTM or other recognized standard test methods and soil classifications used u1 preparation of the reports shall be identified. 1:%Engineering%SuilBoringsk20]7\ProposaI Phase\2017 Soil Borings Scope of Wockdoc Page 5 of 6 B. The Geotechnical Services Provider shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition, including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. C. The entire soil profile is required from the surface to the indicated depth. D. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date,if necessary, E. The number of borings and depths are subject to change, Additional street borings and pond projects may be added to this agreement, or borings/work may be deleted at any time. P. It is the Geotechnical Services Provider's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump the material for non-impacted soil borings. Impacted soil borings will be containerized in drums and relocated to a dump site selected by the City of Oshkosh Project Manager. G. This agreement will be per the City of Oshkosh Agreement form only; unless the Geotecluucal Services Provider has a previously approved services agreement on file with the City of Oshkosh. A sample agreement form is attached. The Geotechnical Services Provider's standard or general services agreement language will NOT apply. 1:IFngineering\.Soil Borings52017\1?roposal Pha \2017Soit Borings'Scope of ft&doc Page 6of6 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2017 CAPITAL IMPROVEMENT PROJECTS WEST NEW YORK AVENUE (WISCONSIN STREET TO NORTH MAIN STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL 1. Boring Layout Lump Sum 1 $ 250.00 $ 250.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 550.00 $ 550.00 3. Soil Borings feet 140 $ 13.95 $ 1,953.00 4. Project Engineering and Lump Reporting Sum 1 $ 1,000.00 $ 1,000.00 SUBTOTAL NEW YORK AVENUE $ 3,753.00 EAST MURDOCK AVENUE (HARRISON STREET TO BOWEN STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 315.00 $ 315.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 375.00 $ 375.00 3. Soil Borings Feet 170 $ 13.95 $ 2,371.50 f:\P.nginecdngNSoi1 Borings\20175 Proposal Pi aw\2017 ProposM Cost BceakdoiviLdoc Page 1 of 9 ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. 4. Project Engineering and Lump Reporting Sum 1 $ 1,200.04 $ 1,200.00 SUBTOTAL EAST MURDOCI<AVENUE $ 4,261.50 LAKE STREET(BAY SHORE DRIVE TO CEAPE AVENUE) ITEM DESCRIPTION UNIT ESI. BID UNIT PRICE PRICE BID TOTAL QTY. 1, Boring Layout Lump Sum 1 $ 225.00 $ 225.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 300.00 $ 300.00 3. Soil Borings Feet 130 $ 13.95 $ 1,813.50 4. Project Engineering and Lump Reporting Sum 1 $ 1,000.00 $ 1,000.00 SUBTOTAL LAKE STREET $ 3,338.50 BAY SHORE DRIVE (BOWEN STREET TO LAKE STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY 1. Boring Layout Lump Sum 1 $ 550.00 $ 550.00 L•\Engineering}Sail Borings\2017\PmposalPhasek2017Proposal COSI©reakdow dot Page 2 of 9 ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 675.00 $ 675.00 3. Soil Borings Feet 300 $ 13.95 $ 4,185.00 4. Project Engineering and Lump Reporting Sun 1 $ 2,175.00 $ 2,175.00 SUBTOTAL BAY SHORE DRIVE $ 7,585.00 NORTH WASHBURN STREET(WESTOWNE DETENTION BASIN) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1, Boring Layout Lump Sum 1 $ 100.00 $ 100.00 2, Mobilization/Daily Travel/Traffic Lump Control Slim 1 $ 100.00 $ 100.00 3. Soil Borings Feet 45 $ 13.95 $ 627.75 4. Project Engineering and Lump Reporting Surd 1 $ 500.00 $ 500.00 SUBTOTAL NORTH WASHBURN STREET $__1,327.15 ]A F"9ineering\9oi1 BoringsVOV\Proposal Phase\2017 Proposal Com Breakdowad v Page 3 of 9 WEST MURDOCK AVENUE (ALGOMA BOULEVARD TO VINLAND STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 250.00 $ 250.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 300.00 $ 300.00 3. Soil Borings Feet 135 $ 13.95 $ 1,8$3.25 4. Project Engineering and Lump Reporting Sum 1 $ 1,000.00 $ 1,000.00 SUBTOTAL WEST MURDOCK AVENUE $ 3433.25 CLAIRVILLE ROAD (SOUTHWEST INDUSTRIAL PARK TO WEST 20TH AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY 1. Boring Layout lump Sum 1 $ 300.00 $ 300.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 350.00 $ 350.00 3. Soil Borings Feet 160 $ 13.95 $ 2,232.00 4. Project Engineering and Lump Reporting Sum 1 $ 1,150.00 $ 1,150.00 SUBTOTAL CLAIRVILLE ROAD $ 4,032.00 1:\Engbem tiag\Soil BoringsN2017\Proposal Pham\2017 Proposal Cnst Breakdowndoc Page 4 of 9 WEST 6TH AVENUE (REICHOW STREET TO SOUTH EAGLE STREET) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 100.00 $ 100.00 2. Mobilization/Daily Travel/Traffic Lump Control Suin 1 $ 100.00 $ 100.00 3. Soil Borings Feet 45 $ 13.95 $ 627.75 4. Project Engineering and Lump Reporting Sum 1 $ 500.00 $ 500.00 SUBTOTAL WEST 6TH AVENUE $ 1,327.75 OSHKOSH AVENUE (NORTH WESTFIELD STREET TO NORTH EAGLE STREET AND PUNHOQUA STREET TO FOX STREET) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRIC£BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 300.00 $ 300.00 2. Mobilization/Daily Travel/Traffic Lump Control Scam 1 $ 350.00 $ 350.00 3. Soil Borings Feet 160 $ 13.95 $ 2,232.00 4. Project Engineering and Lump Reporting Sum 1 $ 1,150.00 $ 1,150.00 SUBTOTAL OSHKOSH AVENUE 4,032.00 MEnginecringNMIBorings\2017\PmpoplPlms V017PraivmlCustBrcakdown.doc Page 5of9 NORTH EAGLE STREET (OSHKOSH AVENUE TO GRAHAM AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 75.00 $ 75.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 75.00 $ 75.00 3. Soil Borings Feet 30 $ 13.95 $ 418.50 4. Project Engineering and Lump Reporting Sum 1 $ 325.00 $ 325.00 SUBTOTAL NORTH EAGLE STREET $ 893.50 GRAHAM AVENUE (NORTH EAGLE STREET TO PUNHOQUA STREET) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 50.00 $ 50.00 2. Mobilization/Daily Travelfrraffic Lump Control Sum 1 $ 50.00 $ 50.00 3. Soil Borings Feet 15 $ 13.95 $ 209.25 4. Project Engineering and Lump Reporting Suns 1 $ 175.00 $ 175.00 SUBTOTAL GRAHAM AVENUE $ 484.25 J.N8ng!n ring\SoilBoringsk2017\PwposalPhaseS2017Propos,lCostBreakdown.do Page 6of9 PUNHOQUA STREET (RAINBOW DRIVE TO OSHKOSH AVENUE) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTS 1, Boring Layout Lump Sum 1 $ 200.00 $ 200,00 2. Mobilization/Daily Travel/Traffic Lump Control gum 1 $ 225.00 $ 225,00 3. Soil Borings Feet 100 $ 13.95 $ 1,395.00 4. Project Engineering and Lump Reporting Sum 1 $ 725.00 $ 725.00 SUBTOTAL PUNHOQUA STREET $ 2,545,00 WEST SOUTH PARI<AVENUE (SOUTH PARK PARKING LOT) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL Q7Y 1, Boring Layout Lump Sunt 1 $ 175.00 $ 175.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 200.00 $ 200.00 3. Soil Borings Peet 90 $ 13.95 $ 1,255.50 4. Project Engineering and Lump Reporting Sum 1 $ 650.00 $ 650.00 SUBTOTAL WEST SOUTH PARK AVENUE $ 2,280.50 TAPngincering\Soil Borings\10 SProposalPhaseMuProposalCostBreakdowmdx Page 7of9 MARICOPA DRIVE (DICKINSON AVENUE TO COVINGTON DRIVE) ITEM DESCRIPTION UNIT EST, BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump S11111 1 $ 200.00 $ 200,00 2. Mobilization/Daily Travel/Traffic Lump Control Surn 1 $ 225.00 $ 225.00 3. Soil Borings Peet 105 $ 13.95 $ 1,464.75 4. Project Engineering and Lump Reporting Sum 1 $ 775.00 $ 775.00 SUBTOTAL MARICOPA DRIVE $ 2,664.75 1AE09ineer1n9\5011 Borings�2017NPrapo5al Phar X2017 Pmpoeil Cost Ureakdowmdo Page 8 of 9 MISCELLANEOUS/UNDISTRIBUTED ITEMS STEAM CLEANING OF DRILLING EQUIPMENT {UNIT COST$ 95.00 ) X 7 TIMES= $ 665.00 ROCK CORING (UNIT COST$ 75.00 }X 100 FEET=$ 7,500.00 SOIL BORINGS (UNIT COST$ 13.95 }X 100 FEET=$ 1,395.00 BLIND DRILLING (UNIT COST$____L,00 )X 100 FEET= $ 900.00 DRUMS FOR IMPACTED SOIL,INCLUDING RELOCATION TO CITY PROPERTY (UNIT COST$ 50.00 )X 5 DRUMS=$ 250.00 TOTAL PROPOSAL COST $ 52,66$.75 1,-\Engineering\Soll Horings\2017\Proposal Phase\2017 Proposal Cast Hreakdowadoe Page 9 Of 9 PROFESSIONAL SERVICE INDUSTRIES, INC. GEOTECHNICAL_ SERVICES STANDARD FEE SCHEDULE ENGINEERING SERVICES Engineering & Technical services for site reconnaissance, boring locations, field supervision, water level measurements & sampling, engineering evaluation, analysis &consultation, Staff Engineer or Geologist $80.00 Per Hour Sr. Engineering Technician $50.00 Per Hour Project Engineer or Geologist $95.00 Per Hour Engineering Technician $39.00 Per Hour Principal Engineer or Geologist $100.00 Per Hour Secretarial Services $25.00 Per Hour Principal of Firm $110.00 Per Hour FIELD SERVICES Mobilization of Drilling Equip. $3.00 Per Mile ($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 All-terrain Drill Rig $700.00 Per Day 2-Man Crew Per Diem $150.00 Per Day Soil Drilling with Split-spoon (ASTM D-1586) or Shelby Tube (ASTM D-1587) sampling at 5-foot intervals: Depth Range Unit Charges Per Foot, Unit Charges Per Foot Extra SS or ST Samples 3 %", 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 12-114 " LD. Auger will be quoted upon request. Auger Drilling without sampling $9.00 Per Foot Shelby Tubes, 3" diameter $35.00 Each Rock Coring with Diamond Bit $75.00 Per Foot DOT 55-Gallon Drums- Soil Cuttings $50.00 Each Rock Boring with 3" Roller Bit $45.00 Per Foot Drilling mud, as needed $3.00 Per Foot Rock Coring & Boring Set-up Charge $200.00 Per Hole Pavement Cold-Patch at boreholes $25.00 Per Hole LABORATORY TESTING Visual Engineering Classification $3.00 Per Test Unconfined compression tests, Hand Penetrometer Test $3.00 Per rest remac $5.00 Per Test Moisture Content Test $5.50 Per Test without stress-strain curve $30.00 Per Test Organic Content Test $28.00 Per Test with stress-strain curve $45.00 Per Test Density Determination with Moisture Content $28.00 Per Test California Bearing Ratio(CBR) $250.00 Per Test Atterberg Limits Determination $85.00 Per Test Permeability, Rigid Wall $230.00 Per Test Grain Size Analysis, Sieve $55.00 Per Test Permeability, Flexible Wall $280.00 Per Test Grain Size Analysis, Sieve&Hydrometer $85.00 Per Test Shelby Tube sample preparation/remolding $40.00 Per Tube Moisture Density Relationship Standard Method,ASTM D-698 $150.00 Per Test Modified Method,ASTM D-1557 $175.00 Per Test REMARKS 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 will 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. CERTIFICATE OF LIABILITY INSURANCE OATE(10!26122016016 YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERS), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(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 endorsoment(s), PRODUCERCONTACT Marsh USA Inc. NA Mr. ONE 500 Dallas Street,Suite 1500 PH ,No. ).' FAX Houston,TX 77002 E-MArL Alts,Houslon,Cerls@Ma(sh.com DD Ess: INSURERS AFFORDING COVERAGE NAIC 0 X5863-PSI-SIINSURER A:Zurich American insurance Company 16535 INSURED W PROFESSIONAL.SERVICE INDUSTRIES,INC. INSURER B:Grwnwxh Insurance Company 22322 1125 W.TUCKAWAY LANE,SUITE B INSURER C:Navigalors Insurance Company 4P307 MENASHA,WI 54952 rNSURER D.,XL Specialty Insurance Company 37885 INSURER E:American Guarantee&Liability Ins Co - 26247 INSURER F COVERAGES CERTIFICATE NUMBER: HOU-002840395-01 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LfMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. )NSR AODL SUDR LTR TYPE OF INSURANCE POLICY EFF POLICY EXP POLICYNUMBER MM! 0 MMfDD1yYYY LIMITS A X COMMERCIAL GENERAL LIP ILITY GLO5415693-03 fO)D1016 1010WM7 EACH OCCURRENCE S 5,000,000 CLAIMS-RADE a OCCUR DAMA E TO RENTED REM) ES Ba ocarrrence $ #001000 MED EXP(Ny oneperson) S 5,000 PERSONALS ADV INJURY $ 5,000,000 GENLAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 6,00,000O€HER: X POLICY JE� r_1LOC PRODUCTS•CO}dPlOPAGG $ 5,000,000 S B AUTOMOBILE LIABILITY RAD943781410101/2016 10101)2017 COMBINED SINGLE LIMIT X Ea eoddenl S 1,000,000 ANY AUTO X ALL OVMED SCHEDULED BOaLYINJURY 1Perperson) S AUTOS AUTOS BODILY INJURY(Per acdclenl) $ X HIREOAUTOSX NON-OVMED AUTOS Perraacd cd ntDAMAGE $ 5 UMBRELLA LlAB X OCCUR CHIBEXR854752IV 10)0#12016 10101/2017 EACH OCCURRENCE g 4,000,000 X EXCESS LIAR CLAATS-MADE Excess ofAvlo and AGGREGATE S 4,000,000 DED I I RETENTIONS Employefs'Uability S D WORKERS COMPENSATION RWD3001195(AOS} 14/01/2016 10101/2017X PER OTH. AND EMPLOYERS'LIABILITY STATUTE ER D ANY PROPRIETORIPARTNER/EXECUTIVE rY'�-!N RWR3001#96(WI) 1010112016 #0,'0112017 OFFICERIMEMBEREXCLUDED? L--1 NIA E.L.EACH ACCIDENT S 1,000,000 {Mandatory In NH) Byes,descobo under E.L.DISEASE-EA EMPLOYE S 1,000,000 DESCRIPTION OF OPERATIONS belax E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Excess of General Liability, U05415694.03 10)0112016 10101/2017 Each Oceurrerm 6,000 000 Auto and Employers Uability Genefal Aggregate 6,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES fACORO 101,Additional Remarks Schedule,may be attached If more space Is required) Re:Perform 89 soil borings to depths ranging from 15 to 25 feet.A total of 1,625}-meal feet is proposed. City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are named as an additional Insured(except as respects all coverage afforded by the Workers'Compensation and Professional U&fity policies)as required by written contract, CERTIFICATE HOLDER CANCELLATION Gty of 0shkosh Attn:Laura Jungw4rth SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE: 215 Church Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI 549034130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. John Shahldi ©1988-2014 ACORD CORPORATION. Ali rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 905863 LOC#: Houston A�� > ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENGY NAMEDrNSUREO Marsh LISA W. PROFESSIONAL SERVICE INDUSTRIES,INC. POUCYNUMBER 1125 W,TUCKAWAY LANE,SUITE B WNASHA,WI 54952 CARRIER NAIL CODE ADDITIONAL REMARKS EFFECTIVE DATE; THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Contractor's Poflu6on UablIy Porrcy M CP016503591 Carrier,AIG Spedaitylnsurar aCompany-MAIC#26883 Effective Dates:10101l2016.1010112017 Udt Of UabW, $5,000,000 CovaMe A Each Loss $250,O0D Coverage B Each Loss $10,000,000 Aggregala DoductiVe: $100,000Each Loss Professlonal Uabi ty. Pdicy#:IPR02M20-01 Carrier.Steadfast Insurance Company•NAIC#26387 Effectt ve Dates:09!3012016 to 09!30017 Unit:$4,293,600 Each ClatmlAggregate SIR:$1,000,000 ACORD 101 {2008!01} ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 0 Additional Insured — Automatic — Owners, Lessees Or ZURICH. Contractors Policy No, Eff, Date of Pei, Exp. Date of Pal. Eff. Date of End, Producer No, MO. Prem Return Prem, GLO5415693-03 10/01/2016 10/01/2017 10101/2016 14012000 n/a nla THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured:Testing Holdings USA, Inc Address(including ZIP Code): 2 Riverway,Suite 500, Houston, TK 77056 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Fart A. Section 11 —Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured 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 performance of your ongoing operations or "your work" as included in the "products-completed operations hazard",which is the subject of the written contract or written agreement. However, the Insurance afforded to such additional insured: 1. Only applies to the extent permitted bylaw; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury"arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-G L-11I75-F CVV(04113) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc„+Mth hs perrnlsslon, C. The following Is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable;and 3. A request for defense and indemnity of the claim or "suit"will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other Insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same'occurrence",offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III --Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement;or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain''unchanged. U-0t.-1175-F CW(04/13) Page 2o#2 Includes copyrighted material of Insurance Services Office,Inc,,with its permission. Statement of Qualifications roommo =A a n In TO Budd On Engineering * Consulting * Testing STATEMENT OF QUALIFICATIONS GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2017 Capital Improvement Projects SUBMITTED TO: City of Oshkosh October 28, 2016 1ZW—!!I KE TOBIiiId On Menasha Office Engineering•Consulting e resting 1125 W. Tuckaway lane, Suite B Menasha, Wisconsin 54952 October 28, 2016 Ms. Laura Jungwirth, P.E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Statement of Qualifications Geotechnical Engineering Services Dear Ms. Jungwirth, Professional Service Industries, Inc. (PSI) is pleased to submit this Statement of Qualifications (SOCA) for your review. This information should provide you with a general overview of our company, and demonstrate that PSI has the equipment, experience and personnel resources to provide quality subsurface exploration and geotechnical engineering services for the City of Oshkosh 2017 Capital Improvement Projects. It is our aim to provide: Prudent and Reliable Engineering Recommendations Timely Submittal of Reports • Consistent Report 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. I z>-," Patrick Bray, E.I.T. James M. Becco, P.E. Branch Manager Vice President Pro(esslonal Service Industries,Inc.-1125 W.Tuckaway Lane,Suite 0,Menasha,WI S4952.920-735.1200•www.psiusa.com TABLE OF CONTENTS EXECUTIVE SUMMARY PROJECT STAFFING LABORATORY TESTING CAPABILITIES IN-HOUSE DRILLING CAPABILITIES PROJECT EXPERIENCE • Municipal WaterANastewater Projects • State/County/City Roadway Projects • Subgrade Stabilization Projects • Renewable and Alternate Energy Projects RESUMES OF KEY PERSONNEL 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 Ripon, Wisconsin Dave Barndt, P.E. Jeff Fischer, Geologist Jim Becco, P.E. Dan Anderson, P.E. Green Bay, Wisconsin Paul Koszarek, P.E. Mike Greil Larry Raether, P.E. Cody Wllliquette Ted Cera, P.E. Pat Patterson, P.E., P.G. Chippewa Falls, Wisconsin Matt Poehlman, P.E. Jeff Manninen, E.I.T. Brad Broback, P.E. Shelley Hildebrandt, P.G. Appleton, Wisconsin Mike Rehfeldt, Geologist Patrick Bray, E.i.T The organizational chart on the following page depicts the staffing arrangements proposed by PSI for the City of Oshkosh 2017 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 PSI Laboratory Testing PSI Engineering Services Personnel Patrick Bray and James Becoo 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 I direct supervision of Mr. James Becco, a registered professional engineer with 30 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 physical property soil testing including such test procedures as grainsize analysis, Atterberg Limits, modified and standard proctors, CBR, unconfined compressive strength tests and permeability testing. In addition concrete, mortar and grout compressive strength testing, concrete mix design, and asphalt testing. Lime, Cement and Flyash soil stabilization mixture analysis can also be performed in our materials lab. SUMMARY OF LABORATORY TESTING SERVICES AGGREGATE ASTM MORTAR ASTM Sieve Analysis C136 Mortar Compressive Strength C109 Material Finer than No. 200 C117 Mortar Tensile Strength C190 Unit Weight C29 Mortar Air Content 0185 Specific Gravity/Absorption C127/128 Mortar Water Retention C91 Soundness C88 Mortar Mix Property Analysis C270 Abrasion C131/535 Mortar Aggregate Testing C144 Organic Impurities C40 Clay Lumps, Friable Particles C142 GROUT Lightweight Pieces C123 Grout Compressive Strength C1019 Aggregate Quality Analysis C33 Grout Mix Property Analysis C476 ASPHALT Grout Aggregate Testing 0404 Bulk Specific Gravity/Density D2726 SOILS Percent Air Voids D3203 Water Content D2216 Maximum Theor. Specific Gravity D2041 Organic Content D2974 Extraction/Gradation D2172 Specific Gravity D854 Marshall Stability/Flow D1559 Dry Density D2937 Marshall Mix Design Amount Finer than No. 200 D1140 Bituminous Paving Mix Analysis Grainsize Analysis D422 Bituminous Pavement Core Ana. Atterberg Limit D4318 Bituminous Aggregate Testing Shrinkage Limit D427 Moisture-Density Relationship D698/D1557 CONCRETE California Bearing Ratio D1883 Compressive Strength C39 Unconfined Compressive Strength D2166 Flexural Strength C78 Permeability (Constant Head) D2430 Splitting Tensile Strength C496 Permeability (Falling Head) D5084 Concrete Mix Strength Verification AC1214 Consolidation D24351D4186 Concrete Mix Strength AC1214 Concrete Aggregate Testing C33 SOIL/LIME AND SOIL FLYASH MIXTURE CONCRETE CORES Moisture Density D558 Compressive Strength C42 Compressive Strength D1633 Unit Weight C642 Bearing Ratio D3668 Chloride Ion Content FHA Mix Analysis Air Content Analysis C467 Petrographic Analysis C856 CONCRETE MASONRY UNITS SPRAYED FIREPROOFING CMU Compressive Strength C140 Thickness/Density E605 CMU Unit Weight/Absorption C140 Masonry Prism Strength E447 Hallow Unit Quality Analysis C90 Solid Unit Quality Analysis C145 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 be best-suited for that job. PSI is currently operating 7 drill rigs/crews in Wisconsin, including 2 track mounted all-terrain (ATV) units used for sites with difficult access conditions. We function effectively as a company in providing interoffice support and cooperation, able to mobilize the equipment necessary to meet project timing objectives. SUMMARY OF SUBSURFACE EXPLORATION EQUIPMENT 2007 DIEDRICH D-50 All-Terrain Ria 4-cylinder Turbo-Diesel rig, with 3-1-6 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 9 114" I.D. Low ground pressure (<3.5 psi) and high level of maneuverability make this rig suited for your most challenging site. 2001 DIEDRICH D-50 All-Terrain Rig 4-cylinder Turbo-Diesel rig, with 3-L6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 114" J.D. Low ground pressure (<3.6 psi) and high level of maneuverability make this rig suited for your most challenging site. 2000 DIEDRICH D-120 Truck Mounted Rig 1996 DIEDRICH D-120 Truck Mounted Rig 1995 DIEDRICH D-120 Truck Mounted Ria 6-cylinder John Deere Diesel Engine, 14,500 ftAb 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 Ri 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 9 114" I.D. 1995 DIEDRICH D-25 R ig Mounted Ona 4WD F-350 Small gasoline/Liquid Propane powered skid-mounted rig on a 4WD F-354. Permits work in areas of overhead clearance as low as ten (10) feet. Equipped to perform hollow stem drilling or environmental soil probe sampling (ESP). ESP enables soil, water and soil-gas sampling through a small temporary casing which is driven to eliminate auger cuttings and soil disposal issues. AUGER AND SPECIAL TOOLING + 3 114", 4 114", 9 114" and 12 114"I.D. Hollow stem auger + CME 5 ft. Continuous Sampler + NX Core barrels, Tri-cone roller bits, 2 to 6 inch dia. + Hydropunch 1I 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 WaterMastewater Projects Project Experience Professional Service Industries, Inc. (PSI) 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 Sanitary Sewer Reconstruction-Wind Lake City of Oshkosh Improvement Projects Water Main Extension-Pewaukee 2012 to 2016 Water Main-Crivitz City of Oshkosh Aviation Park Sewer Extension-Bonduel Water Transmission Main-Suamico Sewer Extension-Black River Water Main-Two Rivers Sewer Extension-West Bend Sanitary Sewer/WWTP-Suamico Sanitary Sewer Relocation-Green Bay Kiwanis Park Sewer Relay-Sheboygan Sanitary Sewer Interceptor-Manitowoc Wastewater Treatment Plant Expansion- Waupaca Sewage Force Main-Manitowoc Session Street Sewer Expansion- Sanitary Sewer and Sewage Force Mains- Waupaca Mishicot Water Main and Sanitary Sewer-Darlington Storm Sewer-Manitowoc Storm Sewer-Sister Bay Sanitary Sewer-Hobart Sanitary Sewer, Water and Stormwater Sanitary Sewer Relay-Juneau Pipe lines-Oconto Falls Water Main Extension-Madison Sanitary Sewer Interceptor and Lift Station-Belleville Water Main Extension-Sussex Sanitary Sewer-Algoma 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, 2015, and 2016 City of State Highway 59 Reconstruction Oshkosh CIP Projects Roadway Settlement Analysis Oshkosh, Wisconsin Waukesha, Wisconsin STH 145 Road Reconstruction Proposed Roadway Reconstruction Richfield, Wisconsin Waukesha South By-pass Waukesha County, Wisconsin STH 164 Reconstruction (1-43 to STH 59) CTH N Wisconsin Outagamie County, Wisconsin 1-94/CTH K Libal Street Racine, Wisconsin Village of Allouez, Wisconsin County Highway X Holland Road/Kelbe Drive Waupaca County, Wisconsin Village of Little Chute, Wisconsin County Highway VV County Highway OK Menominee County, Wisconsin Sheboygan County, Wisconsin Lake Street Tayco Street Town of Menasha, Wisconsin City of Menasha, Wisconsin Manitowoc Road Reconstruction Highways 42/57 Frontage Road Menasha, Wisconsin Sturgeon Bay, Wisconsin US Highway 14 Reconstruction Foote Street Reconstruction La Crosse, Wisconsin Seymour, Wisconsin r County Highway VV Reconstruction Helena, Allard, and Erie St. Reconstruction Fond du Lac, Wisconsin 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 Rockwood Parking Lot City of Ripon, Wisconsin East Troy, Wisconsin 194/STH 20 Interchange TR1700E Road Reconstruction Racine County, Wisconsin Iroquois County, Illinois Hall Street Reconstruction Meredith Road Reconstruction City of Ripon, Wisconsin Kane County, Illinois LaFarge North America Elm Road Generating Station Harley Davidson Parts Plant Oak Creek, Wisconsin Franklin, Wisconsin City of Franklin Pleasant Prairie Power Plant Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Pleasant Prairie, Wisconsin Long Lake Estates Subdivision Home Depot Wind Lake, Wisconsin Grafton, Wisconsin Generac Building Pad Marathon Truck Stop Whitewater, Wisconsin Franklin, Wisconsin James M. Becco, PE Vice President/Principal 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/Reg istrations/TeehnicaI Training • Registered Professional Engineer—Wisconsin, Illinois, Iowa 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 1990 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 Preside nt/PrincipaI 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 9986 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, 15f Substation Projects (VILE 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 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 Professional Reg istrationlCertification Certified Soil Tester (CST) -Wisconsin Continuing Education and Short Courses Construction Materials Testing: American Concrete Institute 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 responsibilities. Midwest Engineering Services, Inc. Green Bay, WI, June 2012 to March 2014: Mr. Bray joined MES in June of 2092 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. Summary of Qualifications Professional Service Industries, Inc. Gary Wellner Drill Rig Operator Appleton, Wisconsin Office Education and Special Training High School Diploma; West High School, Waterloo, Iowa Continuing Education and Short Courses OSHA 40-Hour Hazardous Waste Training Course OSHA 8-Hour Refresher Courses - Yearly Drilling Safety Procedures — Midwest Engineering Services (MES) Annual Safety Refresher and Monthly Toolbox Meetings — MES Pressuremeter Testing Procedures and Field Demonstration — MES Experience and Background Professional Service Industries, Inc.; Appleton, Wisconsin; April 2014 to Present Mr. Wellner's responsibilities include operating drill rigs for geotechnical and environmental drilling projects, including drilling of landfills and hazardous waste sites. He is experienced in solid and hollow stem boring, mud rotary soil drilling, soil sampling by split-spoon and direct push methods, rock coring, air or mud rotary rock boring, grouting of bore holes, deep hollow stem angering, 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 Midwest Engineering Services, Inc.; Appleton, Wisconsin; 1994 to March 2014 Mr. Wellner's responsibilities included operating drill rigs for geotechnical and environmental drilling projects. His duties included operation of drill rigs, locating utilities, shooting elevations and locating borings. Twin City Testing; Appleton, Wisconsin; 1984 to 1994 Mr. Wellner's responsibilities included drilling sites in the Midwest. His duties included operation of drill rigs, locating utilities, shooting elevations and locating borings. Professional Service Industries, Inc. CERTIFICATE OF LIABILITY INSURANCEDATE(MMJDDfYYYY) 1 ft08120f 6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT 13ETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les) 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 Marsh USA Inc. — NAME: 500 Dallas Sireel,Suite f500 RECr— VEB PHONE E IFAX Houston,TX 77002 E-MAIL nJc Na Alto:Flouston.Certs�?darsh.com ADDRESS: NOV n• INSURERS AFFORDING COVERAGE MAIC y INSURED'•Pl CPL-15 17 v 11 / € INSURER A:Zurich American Insuranca Con"ay 15535 PROFESSIONAL SERVICE INDUSTRIES,INC. DI:I'I•n l' I'[)js? !; �,;.( INSURER B Gfeernhlch Insurance Company: 22322 1125 W.TUCKAWAY LANE,SUITE B OS I I I; 14 I (J S I!'IsuRER c:Navigatas Insurance Cam{any 42307 MENASHA,WI 54952 NsuReR D:XL Specially Insurance Company 37885 INSURER E:American Guarantee 8 UabTi tty Ins Co 25247 INSURER F: COVERAGES CERTIFICATE NUMBER: HCU-00284039502 REVISION NUMBER:2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE"LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS Or SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRAun LTR TYPE OF INSURANCE wVnPOLICY NUMBER MPOLIOY EFF MM POLICY £ LIMITS A I X COMMERCIAL GENERAL LIABILITY GLO5416693-03 1010112016 1016112017 EACH OCCURRENCE $ 5,000,OGO CLAII.iS-hVtiDE MOCCUR DAM�TO RE PREMISES Ea oxurrence $ 100,000 MED EXP oneperson) g 5,000 PERSONAL&ADV INJURY $ 5,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: G£HEWILAGGREGATE $ 5,600,000 POLICY1XI JERCOT- F—]LOOPRODUCTS-COMP/OP AGO $ 5,000,000 OTHER, $ B AUTOMOBILE LIABIL17Y RADSA3M14 10f0112016 10!0112017 FE7 LE LIMIT $ 1,000,OQ0 X ANY AUTO (Per person) $ X ALL OWNED SCHEDULED AUTOS AUTOS Peracddenl) $ X HIREDAUTOS X NON-OWNED GE AUTOS ) $ 3 CUMBRELLA LIAB X OCCUR CHI6EXR8547521V 101011'1016 €076112017 EACH OCCURRENCE $ 4,600,000 X EXCESS!IAB CLAMS-h"E Excess of Auto and AGGREGATE $ 4, ,(�Q DED RETEIVT€ON$ - EnVoyers'L.IabIT1y $ D WORKERS COMPENSATION RWD3001195(AOS) la'0112fl16 1(4`0112017 X PER AND EMPLOYER$'LIABILITY STATUTE ER D �€CEM.1EAIBERR EXCLUDED?ECIJTNE Y� NIA RWR3001 196{Volt) f0101P2016 f x'0112617 E.L.EACH ACCIDENT $ 1,060,000 (Mandatory 1n NH) E.L-DISEASE-EA EMPLOYE $ 1,000,000 I[yyas,desul6a under DESCRIPTiONuCFOPERATICNSbekry E.L.DISEASE-POUt'YLIh4€T 3 1,000,000 E Excess of General UaNbty, UGS415694-03 10X1f12016 1WWW7 Each Occurrence 6,000,000 Auto and Er*oyers Liability General Aggregate 6,WO,OW DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101,Addidonel Remarks Schedule,may he attached If more apace Is required) Re:Perforin 89 sol borings to depths ranging from 15 to 25 feet-A total of 1,625 We]feet is proposed. City of Oshkosh,and its officers,council membets,agents,empbyees and authorized volunteers are named as an additional insured(except as respects on coverage afforded by the Workers'Compensa6orl and Professional Liabfity policies)as reed bywritlen contract CERTIFICATE HOLDER CANCELLATION City of Laura Ju fl SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attn:LurchA Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Cox 1 Avenua ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Oshkosh,WI 54933-1 M AUTHORIZED REPRESENTATIVE of Marsh USA Inc. John Shah#di ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 905863 LOC#: Houston ACRO® ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Mafsh USA W. PROC=ESSIONAL SERVICE INDUSTRIES,INC. POLICY NUMBER 1125 W-TUCKAWAY LANE,SUITE 5 MENASHA,WI 54952 CARRIER NAIL CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 26 FORM TfTLE: Certificate of Liability Insurance Contracloes Pokbon Wb1ty POrgf.CP016503597 Cartier:AIG SPe Ity trswartce Company-NAC tr26m Effective dates:1010112016-1010112017 Lind of LlabW.55,00000 Coverage A Each Loss $250,000 Coverage 8 Each Loss $10,DW,000 Aggregate 00MCINe: $100,000 Each Loss Professional L lsbl y: Porky f1:1PR0246920-01 Cartier Steadfast Insvranca Cwpany-NAIL 1126387 Meth,Dales:0913 0120 1 6 to 09MOI Limit$4,293.600 Each CUWAggregate SIR_51,000,000 ACORD 101 (20118101) 0 2008 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD 0 Additional Insured —Automatic -- Owners, Lessees OrZURICH v Contractors Pn1icy No. Elf.�10ate Pol. 1;�, ❑ate of Pol, Elf, Date of End, �14 cer No. �!n�tari/a GLO5415693-03 116 10/01!2017 '10101!2016 2000 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured:Testing Holdings USA, Inc Address(including ZIP Code): 2 RivervVay,Suite 500, Houston, TX 77056 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section If—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add-as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured 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 performance of your ongoing operations or "your work" as included in the "products-completed operations hazard",which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured, B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage"or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence"which caused the "bodily injury" or"property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04113) Includes copyrighted material of insurance SeNces office,Inc.,with its perml%ion, Page 1 of 2 C. The following is added to Paragraph 2, Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— Commercial General Liability Conditions: The additional insured must see to it that: I. We are notified as soon as practicable of an "occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable;and 3. A request for defense and indemnity of the claim or "suit"will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance;and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence",offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a blamed Insured an such other policy and where our policy is required by a written contract or written agreement to-provide coverage to the: additional insured on a primary and non- contributory basis, E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III —Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A, of this endorsement;or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04/13) Includes copyrlgltted materlal of Insurance services office,]no,,with Its permission. Page 2 of 2