Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2017 CIP Construction Materials, Professional Service Ind. & Oshkosh
1 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: Jeffrey Fischer Date: Aril 21,2017 PSI, Inc. Subject: Executed Agreement 608 North Stanton Street 2017 CIP Construction Materials Ripon, WI 54971 1 Testing 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: jEnclosed is the executed agreement for the 2017 CIP construction materials testing. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. i If you have any questions, please contact us. cc: Signed: Tra L Taylor L•\Engineering\Density Testing\2017\PSI LOT-Executed Agreement _4-21-1Zdocx AGREEMENT da of �____ _ 2017, by and This AGREEMENT, made on the y between the CITY OF OSHKOSH, party of the first part, he einafter referred to as CITY, and PROFESSIONAL SERVICE INDUSTRIES, INC., 608 North Stanton Street, Ripon, WI 54971, party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for CONSTRUCTION MATERIALS TESTING FOR 2017 CAPITAL IMPROVEMENTS PROGRAM. ARTICLE I PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Jeffrey Fischer-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 i' view that person prior to any proposed change. and shall be given the opportunity to inter ARTICLE II. CITY REPRESENTATIVE IL The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Justin Gierach,P.E.-Civil Engineering Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. The 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 quitable adjustment will be made through an amendment performance of the services, an e to this AGREEMENT. i! 1:\Engineering\Density Testing\2017\PSI Agreement_3-23-17.docx 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. i 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. l 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. 4 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 E proceed with work within a reasonable time period. E I:\Engineering\Density Testing\2017\PSI Agreement_3-23-17.do" 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. The 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 The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The 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, the 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. 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 I:\Engineering\Density Testing\2017\PSI Agreement_3-23-17.docx Page 3 of 7 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 Regicest for Proposal dated February 23, 2017 and attached hereto 3. CONSULTANT's Proposal dated March 14, 2017 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. CONSULTANT's General Conditions, included as part of their Proposal, are voided and are not a component part of this AGREEMENT. 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 $74,237 (Seventy Four Thousand Two Hundred Thirty Seven Dollars). • Attached fee schedule(s) shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. I:\Engineering\Density Testing\2017\PSI Agreement_3-23-17.doc Page 4 of 7 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. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. L\Engineering\Density Testing\2017\PSI Agreement_3-23-17.doex Page 5 of 7 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. The 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 The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. I:\Engineering\Density Testing\2017\PSI Agreement_3-23-17.docx Page 6 of 7 ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the 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) Mak A. Rohloff, City Manager pnAnd: j 11 (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. Ci°ty horney City Comptroller [:\Engineeri ng\Density'Testing\2017\PSI Agreenitnit3-23-17,doex Page 7 of 7 Taylor, Tracy L From: Taylor, Tracy L Sent: Thursday, February 23, 2017 12:38 PM To: 'dbath@gestrainc.com' Subject: FW: Request for Proposal - 2017 Construction Materials Testing Attachments: Request for Proposal_2-23-17.pdf Tracy L. Taylor Department of Public Works City of Oshkosh 920.236.5195 Follow us:Web I Facebook I Twitter From:Taylor,Tracy L Sent:Thursday, February 23, 2017 12:35 PM To: 'nayan.saha@gestrainc.com' <nayan.saha@gestrainc.com> Subject: FW: Request for Proposal-2017 Construction Materials Testing I Tracy L. Taylor Department of Public Works City of Oshkosh 920.236.5195 Follow us:Web I Facebook I Twitter i From:Taylor,Tracy L Sent:Thursday, February 23, 2017 12:34 PM To: 'Timm, Paul'<Paul.Timm@aecom.com>; 'gbarker@rvtcorp.com'<gbarker@rvtcorp.com>; 'Patrick Bray' <patrick.bray@psi usa.com>; 'paul.eggen@omnni.com' <paul.eggen@omnni.com>; 'gowens@amengtest.com' <gowens@amengtest.com>; 'nayna.saha@gestrainc.com'<navna.saha@gestrainc.com> Cc: Gierach,Justin <igierach@ci.oshkosh.wi.us>; Gohde,Steven M. <sgohde@ci.oshl<osh.wi.us> Subject: Request for Proposal -2017 Construction Materials Testing The City of Oshkosh is requesting proposals be submitted for Construction Materials Testing services related to the City's 2017 Capital Improvements Program. Questions regarding this Request for Proposal shall be e-mailed to Justin Gierach at jgierach@ci.oshkosh.wi.us (with the subject heading of"2017 CIP Construction Materials Testing RFP Questions"by 12:00 p.m. on i Friday,March 3,2017. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposal by 4:30 p.m. on Tuesday,March 7,2017. Please submit four 4 ori anal, hard copies of the Proposal b 12:00 m. on Tuesday, March 14 2017 to: ( ) g� p� p Y p• Y� , i Tracy Taylor Department of Public Works 215 Church Avenue, Room 301 PO Box 1130 Oshkosh, WI 54903-1130 Attached to this e-mail are the Scope of Services,Proposal Cost Breakdown, Standard Engineering Services Agreement Form, and the City of Oshkosh's Insurance Requirements. The information contained in this Request for Proposal,including these attachments, shall become a part of the Agreement with the Consultant selected to perform these services. Please acknowledge receipt of this e-mail by replying back to me. Tracy L. Taylor Department of Public Works City of Oshkosh 920.236.5195 Follow us: Web I Facebook I Twitter £ i I Oshkosh i E I i 2 SCOPE OF SERVICES CONSTRUCTION MATERIALS TESTING 2017 CAPITAL IMPROVEMENTS PROGRAM This Agreement is to provide utility nuclear density testing services of utility trench backfill, laboratory testing, and other field testing of these materials as necessary. Responsibilities include providing qualified timely response, daily coordination and communication with contractors and city staff, and prompt professional reporting of test results. 1. Background A. The following City of Oshkosh projects are planned to be covered under this Agreement: 1. Contract 17-01 -Fire Station 16 Parking Lot 2. Contract 17-03-Oshkosh Avenue Sanitary Re-Route a. Oshkosh Avenue-Westfield Street to North Eagle Street b. North Eagle Street-Oshkosh Avenue to Alley north of Graham Avenue 3. Contract 17-04 - Paving, Sidewalk, Driveway, and Utilities/First Local Concrete Paving Program (Near East Side) - Bay Shore Drive, Eveline Street, Lake Street, Ceape Avenue, and Public Alley a. Bay Shore Drive-Bowen Street to Lake Street b. Lake Street-Bay Shore Drive to Ceape Avenue c. Ceape Avenue-Lake Street to Lake Winnebago d. Public Alley-Bowen Street to the East 4. Contract 17-05 - Paving, Sidewalk, Driveway, and Utilities/Second Local Street Concrete Paving Program (North & West Sides) - Dickinson Avenue, Maricopa Drive, East Murdock Avenue, and West New York Avenue a. Dickinson Avenue-Maricopa Drive to South Washburn Street b. Maricopa Drive-Dickinson Avenue to Covington Drive c. East Murdock Avenue-Harrison Street to Bowen Street d. West New York Avenue-Wisconsin Street to North Main Street 5. Contract 17-12-Water Main Relay a. West 6111 Avenue-Reichow Street to Eagle Street b. West Murdock Avenue-Algoma Boulevard to Vinland Street c. Clairville Road-Southwest Industrial Park to West 20t1i Avenue 6. Contract 17-13-Westowne Detention Basin i:\Engineering\Density Testing\2017\RFP\Snipe of Services Construction Materials Testing-2-23- Page 1 of 8 17.docx 7. Contract 17-16—Otter East Parking Lot 8. Contract 17-17—Hemlock Court and Fraser Drive Paving and Utility Repairs a. Hemlock Court—Fraser Drive to North cul-de-sac b. Fraser Drive—Edgewood Drive to Hemlock Court 9. Contract 17-19—Aviation Business Park Water Main Loop a. Easement—Aeroinnovate Drive to Knapp Street b. Knapp Street—Easement to West Ripple Avenue c. West Ripple Avenue—Knapp Street to South Washburn Street i t 10. Contract 17-20—Storm Sewer Laterals/Various Locations a. Various Locations throughout the City E f 11. Contract 17-22—Sawdust District Improvements a. East 11th Avenue—South Main Street to East b. East South Park Avenue—South Main Street to East c. South Main Street—East 111h Avenue to East 14th Avenue d. East 141h Avenue—South Main Street to Lake Winnebago B. The 2017 Capital Improvements Program is subject to change. Projects may be added or deleted based on the needs of the City of Oshkosh. Work listed throughout this Request for Proposal(RFP) is not guaranteed. The City reserves the right to send out additional RFPs. 2. Testing and Reporting A. All tests and reports shall be in conformance with the latest ASTM Standards. The selected consultant will be responsible for providing all necessary forms for labeling of samples and documentation of test results. Test results shall include the location and sample number, and shall be separated per City Contract number. B. Soils and Aggregate Testing Provide the necessary labor and equipment for onsite nuclear density testing of utility trench backfill and associated laboratory material testing. Specifications will be based on the current edition of the Standard Specifications for City of Oshkosh, Wisconsin and each Contract's Special Conditions. The testing firm shall obtain all test samples from construction sites throughout the City and may be required to obtain samples from various source sites. At a minimum, keep all lab samples until the end of each Contract. Nuclear density testing will be 1:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing-2-23- Page 2 of 8 17.docx performed on an as-needed basis, dependent on each Contractor's schedule. As a reference, based on years past, a field density testing technician was required almost daily throughout the construction season. It is the testing firm's responsibility to verify the Contractor's schedule and to coordinate with the City of Oshkosh Inspectors/Engineers daily. This year's season is anticipated to commence in mid- March and continue through October. Nuclear density tests shall be located by project station, elevation, and utility trench type. The density testing technician shall notify the City Inspector and appropriate Contractor of all failing tests. Failing areas shall be re-compacted and re-tested until passing results are achieved. All tests shall be documented. In addition to the utility trench density testing, assist the City of Oshkosh Inspector on inspection of backfilling operations per the current edition of the Standard Specifications for City of Oshkosh, Wisconsin. Work with the Contractor by providing ideas and methods of improving compaction, if necessary. C. Reporting I 1. Technician Daily Reports a. Technicians will be required to document their activities through a daily report. These reports shall include the date, a detailed summary of the activities taking place for which they are inspecting/testing, the technician's arrival and departure times, and other pertinent information as is standard with this type of reporting. There shall be a separate daily report for each City contract worked on that day. Daily reports can be hand written, but must be legible. The technician shall document any observations, conversations, suggestions, etc. during the construction site visit. i 2. Material Test Reports a. Material test results shall be emailed in pdf format to the City Project Engineer within forty-eight (48) hours of notification of sample pick-up, unless the lengths of the test dictate otherwise. i 1:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing_2-23- 17.aocz Page 3 of 8 3. Summary Reports a. Monthly testing summary reports during construction shall include a written summary; any material test results from that time frame; an updated, typed compaction results log; and the technician's daily field reports. All reports shall be signed by the appropriate signing authority of the selected firm and the project manager. Separate reports shall be generated for each City contract should multiple projects occur during the same time interval. The monthly summary reports shall be submitted in conjunction with the Contract's respective invoice. A final report shall be prepared upon the completion of each individual City Contract. b. All reports shall be typed in a professional manner according to industry standards and can be e-mailed to the City Project Engineer in pdf format. 4. Periodic Updates a. Additional e-mail correspondence or summary reports may be necessary depending on certain situations. The testing firm's project manager shall notify the City Project Engineer of any issues throughout construction. 3. Proposal Cost Breakdown A. The Proposal Cost Breakdown sheet shall be filled out and included in the Proposal. B. A description of each item is as follows: 1. Roundtrip Charge-includes the technician's travel time and mileage to and from the City of Oshkosh each day services are required. The roundtrip charge shall also include any office time required by the technician prior to or after the day's field activities. 2. Field Time-includes all necessary labor costs while testing in the City of Oshkosh including travel time between various projects. Travel time shall be split equally between projects and documented in their respective daily report. The' City Inspector shall be notified upon arrival to and departure from the Contract project site per visit. The City Project Engineer shall be notified by phone upon arrival to and departure from the City per trip. The field time hourly rate will apply, even if overtime is worked by the technician. Some overtime is expected due to the tight construction windows placed upon the Contractors. 3. Equipment Rental - includes all necessary rental charges for equipment and materials used in the performance of the testing requirements. i:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing-2-23- Page 4 Of 17.clo« 4. Vehicle Rental — includes vehicle rental charges while in the City of Oshkosh. Mileage traveling between projects throughout the day will not be considered. Vehicle costs incurred while traveling to and from the City shall be covered under the Roundtrip Charge. Rental time shall match the technician's onsite field time for that day. 5. Sieve Analysis of Aggregate — includes all necessary lab or and equipment to provide a sieve analysis per the latest ASTM standards and to compare with the Contract's material specifications. Cost to also include report generation and distribution to City and Contractor personnel. 6. Modified Proctor Density Test (aggregate) — includes all necessary labor and equipment to provide a modified proctor density test of aggregate per the latest ASTM standards. Cost to also include report generation and distribution to the City. 7. Trench Backfill Testing Reports—includes all necessary labor and material costs to provide monthly summary reports. Reports to include a written engineering summary,material test results, an updated running log of the compaction results, and the technician's daily field reports for the respective period. 8. Engineer Consultation — professional engineer's (geotechnical and materials background required) labor rate, should services be requested for consultation or to attend any meetings. Engineer consultation time should only be used with approval from City of Oshkosh Project Engineer. 9. Project Manager — City-approved project manager's (geotechnical and materials background required) labor rate. This Agreement will allow up to a total of 2.5 hours per week without prior approval from the City of Oshkosh for project coordination,scheduling,and other duties as necessary. This person will be asked to attend the Contractor's Pre-Construction Meetings and will be paid according to this hourly rate. Additional time per week for normal project management shall be considered incidental to the Agreement. 10. Response Time—time it will take the Consultant to mobilize a technician from the home office to a particular construction site in the City of Oshkosh, if notified by the City or Contractor their presence is required. An important factor in the selection of the Consultant is their ability to be responsive should their services become necessary on short notice. I:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing-2-23- 17.aocx Page 5 of 8 4. Additional Information i A. The technician will be required to be on site on an as-needed basis, per the Contractor's schedule and/or at the City's request. Typically, a technician will not be on site every hour Contractors are working,but rather during backfilling operations. I B. There are times when an additional technician may be needed. This would primarily be during asphalt paving operations or during clay liner installation that take place concurrently with multiple utility projects. 5. Additional Proposal Requirements A. In addition to the requirements listed throughout this RFP, each respondent shall include the following: 1. Prepare a summary of the firm's understanding of this Proposal. 2. Provide a brief description of the respondent's organization. 3. List the planned project team and their respective resumes including relevant experience and training. Specifically provide the names/titles of personnel assigned to each task, including the Project Manager. It is required that the proposed technician have previous experience with utility trench construction. It is desired to have a mid- to senior-level technician. Should the need arise for a replacement technician during the season, the City of Oshkosh Project Engineer shall be notified for prior approval. Include names and resumes of any potential replacement technicians in the Proposal. 4. Provide a list of recent projects of a similar nature and capacity in which the respondent has been involved. 5. Furnish a list of at least three (3) references that will be able to verify information supplied in the Proposal. B. The Proposal shall also include fee schedules for laboratory testing, including additional testing required for clay liners per the Wisconsin Department of Natural Resources Technical Standard 1001; standard asphalt testing; various levels of engineering rates; and other construction testing services not covered specifically in this Proposal. 1:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing_2-23- 17.aocx Page 6 of 8 6. Invoices A. The Consultant shall submit itemized monthly statements for services. Separate invoices are required per City Contract. Invoices shall be emailed to the City Project Engineer and to the Department of Public Works' Administrative Assistant within one (1) week after the end of the previous calendar month. Required back-up information is as follows; 1. Monthly reports shall be utilized as back-up documentation. Time periods on the monthly reports and the invoices shall be the same. 2. For any approved consultation or additional project management time, include the date, a description of the discussion and/or activity and the name of the City staff person and the Consultant's staff involved in the discussion. B. Additional invoicing and payment requirements are stated in the Agreement Form. 7. Agreement Award A. The Agreement will be awarded on a time-and-materials basis, with a not-to-exceed amount. Changes to the Agreement will be completed per the requirements set forth in the City of Oshkosh Agreement document. Indicated quantities in this RFP are only an estimate and are not guaranteed. B. By providing a signed Proposal, the respondent is acknowledging they will work solely under the terms and conditions of the City of Oshkosh and if selected, will provide insurance documents according to the attached requirements with the signed Agreements within a week after receiving the official agreement paperwork from the City of Oshkosh. Aside from prior negotiated agreements between the Consultant and the City of Oshkosh, a Consultant's terms and conditions will not be accepted as part of the Agreement. C. The information contained within the signed Agreement form, the RFP with its attached documents, and the Consultant's Proposal shall become a part of the Agreement with the Consultant selected to perform the services. D. The Proposals will be reviewed for completeness and how well it is demonstrated that the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the Proposal,but will place high value on the ability to provide timely responses and on technician experience with this type of work. l:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing-2-23- 17.ao" Page 7 of 8 8. Project Schedule A. It is anticipated the City will make the selection by Thursday, March 16, 2017. Construction is scheduled to begin on or around March 20,2017. The Agreement will terminate on December 31,2017,or upon the completion of any testing project started in 2017. The City of Oshkosh maintains the right to terminate the Agreement if the Consultant does not respond as stated in the accepted Proposal. 9. Method of Response A. As stated in the e-mail, questions regarding this RFP shall be emailed to jgierach@ci.oshkosh.wi.us by 12:00 p.m. on Friday, March 3, 2017. The subject heading of the e-mail shall be "2017 CIP Construction Materials Testing RFP Questions". The questions and appropriate responses will be distributed to all parties receiving this RFP by 4:30 p.m. on Tuesday,March 7,2017. B. Please submit four (4) hard copies with original signatures of the Proposal to Tracy Taylor no later than 12:00 p.m. on Tuesday, March 14, 2017. Proposals may be delivered or mailed to: Tracy Taylor Department of Public Works City of Oshkosh 215 Church Avenue, Room 301 PO Box 1130 Oshkosh,WI 54903-1130 1:\Engineering\Density Testing\2017\RFP\Scope of Services Construction Materials Testing-2-23- Page 8 Of 8 17.docx CITY OF OSHKOSH PROPOSAL COST BREAKDOWN CONSTRUCTION MATERIALS TESTING 2017 CAPITAL IMPROVEMENTS PROGRAM ITEM DESCRIPTION UNIT EST, BID UNIT PRICE BID TOTAL PRICE QTY. 1. Roundtrip Charge Each 175 $ $ 2. Field Time Hour 1,350 $ $ 3. Equipment Rental Hour 1,350 $ $ 4. Vehicle Rental Hour 1,350 $ $ 5. Sieve Analysis of Aggregate Each 20 $ $ 6. Modified Proctor Density Test (aggregate) Each 15 $ $ 5. Trench Backfill Testing Reports Each 40 $ $ 7. Engineer Consultation Hour 15 $ $ 8. Project Manager Hour 75 $ $ TOTAL $ RESPONSE TIME TO SITE hours L•\Engineering\Density Testing\2017\RFP\Proposal Cost Breakdown 2-23-17.docx Page 1 of 1 AGREEMENT This AGREEMENT, made on the day of 2017, 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 2017 CAPITAL IMPROVEMENTS PROGRAM CONSTRUCTION MATERIALS TESTING. ARTICLE I. PROTECT 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 II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Justin Gierach, P.E.—Civil Engineering Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. The 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:\Engineering\Density Testing\2017\RFP\Agreement Form_2-23-17.docx 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. I:\Engineering\Density Testing\2017\RFP\Agreement Form_2-23-17.dac 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. The 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 The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The 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, the 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. 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 1:\Engineering\Density Testing\2017\RFP\Agreement Form 2-23-17.docx Page 3 of 7 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 schedule(s) shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. 1:\Engineering\Density Testing\2017\RFP\Agreement Form_2-23-17.docz Page 4 of 7 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. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. [:\Engineering\Density Testing\2017\RFP\Agreement Form_2-23-17.docx Page 5 of 7 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. The 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 The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. 1:\Engineering\Density Testing\2017\RFP\Agreement Form_2-23-17.doc Page 6 of 7 ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the 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. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller J:\Engineering\Density Testing\2017\RFP\Agreement Forrn_2-23-17.docz Page 7of7 4/14/14 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the City of Oshkosh isrip maty 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. 1. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job 2. GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products—completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this project/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 I 4/14/14 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY— "If' required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease— Each Employee 5. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Liability if Y ty ( required), Automobile Liability and Employers Liability, with a minimum limit of$2,000,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A- and a Financial Size Category of no less than Class VI, and who are authorized as an admitted insurance company in the state of Wisconsin. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also include Products —Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk —City of Oshkosh. III - 2 E(MM/DD/YYY) CERTIFICATE OF LIABILITY INSURANCE DAT 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 pollcy(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 Insurance Agency contact NAME: information,including street PHONE Insurance Agent's A—X--- address and PO Box i/ contact in/ormation. applicable. (A/C.No.Ext): A/C.No): E-MAIL —- ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:_ABC Insurance ComDanyNAIC# INSURED Insured's contact information, including name,address and INSURER B: XYZ Insurance CO�any NAIC# phonenumber. INSURER c: LMN Insurance Company NAIC# INSURER D; Insurers)must have a minimum A.M.Best rating ofA- and aFinancial Performance Rating of VI or better. INSURER E: COVERAGES CERTIFICATE NUMBER: INSURER F: 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 i ADDL SUB R POLICY EFF POLICY EXP LTR TYPE OF INSURANCE i INSR WVD POLICY NUMBER I MM/DD/YYY MM/DD/YYY LIMITS GENERALLIABILITY I i EACH OCCURRENCE $1,000,000_ COMMERCIAL GENERAL LIABILITY ® ❑ General Liability Policy Number I Policy effective DAMAGE TO RENTED and expiration date. --- I PREMISES(Ea occurrence) $50,000 ❑. A (CLAIMS-MADE MOCCUR MED EXP(Any one person) $5,000 ® ISO FORM CG 20 37 OR EQUIVALENT -- - i PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2,000,000 ❑POLICY ®(JET❑LOC $ AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT Ea accident) $1,000,000 ®ANY AUTO ® ❑ Auto Liability Policy Number ' Policy effective and expiration date. BODILY INJURY(Per person) $ ALL B ❑AUTOS OWNED . AUTOSSCHED -------- ',. j BODILY INJURY(Per accident) $ ❑HIRED AUTOS ❑ AUTOS D i PROPERTY DAMAGE '.. (Peracddent) $ ❑ ❑ $® — UMBRELLA LIAB ®�OCCUR ® ❑ i EACH OCCURRENCE $2,000,000 A ❑EXCESS LIAB ❑) CLAIMS-MADE $2,000,000 _ Umbrella Liability Policy Number i Policy effective and expiration date. AGGREGATE ❑DED ®(RETENTION$10,000 (WORKERS COMPENSATION $ C AND EMPLOYERS'L ABILIITY ❑ ❑ WC STATU- OTH- ANY PROPRIETOR/PARTNER/EXECUTIVE ®TORY LIMITSI❑ ER OFFICE/MEMBEREXCLUDED? Y/N I -- Workers Compensation Policy + Policy effective and expiration date. E.L.EACH ACCIDENT $100,000 (Mandatory in NH) N ( I - ---- yes,describe under Number DE.L.DISEASE-EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below � j � ---- E.L.DISEASE-POLICY LIMIT $500,000 ,q (PROFESSIONAL LIABILITY ❑ ❑ $1,000,000 EACH CLAIM Professional LiabilityPolicy Policy effective and expiration date. $1,000,000 ANNUAL AGGREGATE Number I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City department. These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk—City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard/l/ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 216 Church THE EXPIRATION DATE,THEEOF,NOTICE WIL PO Box 1130 venue SAMPLE CERTIFICATE ACCORDANCE WITH THE POLICY PROVI IONS.L BE DELIVERED IN Oshkosh,WI 54903-1130 Please indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATNE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 26(2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 8 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I 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 If — 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 IU 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 0 POLICY NUMBER: Policy# 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 II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property 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 Ill SAMPLE CERTIFICATE Please indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 37 07 04 ©ISO Properties, Inc.,2004 Page 1 of 1 ❑ i WIN ty� G 4 W c? `a Oshkoshmmw Intertek CONSTRUCTION MATERIALS TESTING 2017 CAPITAL IMPROVEMENTS PROGRAM Prepared for: CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE ROOM 301 OSHKOSH, WISCONSIN 54903-1130 Prepared by: PROFESSIONAL SERVICE INDUSTRIES, INC. 608 NORTH STANTON RIPON, WI 54971 920-745-2200 MARCH 14, 2017 Ripon Office 608 North Stanton Street Ripon,W1 54971 I,ntertek P. 920.745.2200 F. 920.745.2222 March 14, 2017 Ms. Tracy Taylor City of Oshkosh Department of Public Works 215 Church Avenue Oshkosh, WI 54903-1130 Re: Proposal for 2017 Capital Improvement Program Construction Material Testing— City of Oshkosh PSI Proposal Number: 0092-203470 Dear Ms. Taylor.: Professional Service Industries, Inc. (PSI) is pleased to present this proposal to provide construction materials testing services associated with the 2017 Capital Improvement Program project in Oshkosh, Wisconsin. Presented below is a review of furnished project information, along with our proposed scope of services, schedule and fee information. We have prepared this proposal based upon the project information provided to PSI. In a request for proposal (RFP) sent on Thursday February 23, 2017. If this proposal is acceptable to you, PSI will perform the work in accordance with the attached General Conditions that are incorporated into and made a part of this proposal. Please sign the attached acceptance form as notice to proceed and return one copy of this proposal intact to our office. We will proceed with the work upon receipt of authorization. PSI appreciates the opportunity to offer its services to your project and looks forward to being of service to you. Meanwhile, if you have any questions or require additional information, please contact o u r office at (920) 745-2200. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. Jeffrey Fischer James Becco, P.E. Branch Manager Vice President TABLE OF CONTENTS Project Understanding Page 1 Scope of Work Page 2 Relevant Experience Page 3 Distribution of Reports Page 4 Company Capabilities Page 5 Material Testing Overview Page 6 Laboratory Testing - Soils & Aggregates Page 8 Asphaltic Concrete Pavement Page 9 Certifications & Quality Control Page 11 Additional Laboratory Capabilities Page 12 Local Presence Page 13 Organization Chart Page 14 Staff Summaries Page 15 References Page 18 Other Similar Experience Page 19 Proposal Acceptance Page 20 General Conditions Page 22 Project Estimate Page 23 Resumes Page 25 Construction Material Testing 2017 Capital Improvements Program ll 0=15 A;F PSI Project No. 0092-203470 PROJECT UNDERSTANDING It is understood that the project will include nuclear density testing services of utility trench backfill, laboratory testing, and other field testing of materials as necessary. In addition to the utility trench density testing, PSI will assist the City of Oshkosh Inspector when requested on inspection of backfilling operations per City of Oshkosh specifications. Part of PSI's function will be to work with the Contractor by providing ideas of the methods of improving compaction if necessary. However, it will remain the contractor's responsibility to perform his duties to meet project specifications. PSI understands that the project will consist of construction material testing for the 2017 Capital Improvements Program for Oshkosh, Oshkosh Wisconsin. The following city projects are planned to be covered under this agreement. • Contract 17-01 Fire Station 16 Parking Lot • Contract 17-03 Oshkosh Avenue Sanitary Re-Route • Contract 17-04 Paving, Sidewalk, Driveway, and Utilities/First Local Concrete Paving Program (Near East Sides) — Bay Shore Drive, Eveline Street, Lake Street, Ceape Avenue, and Public Alley • Contract 17-05 Paving Sidewalk, Driveway, and Utilities/Second Local Concrete Paving Program (North and West Sides)—Dickinson Avenue, Maricopa Drive, East Murdock Avenue, and West New York Avenue • Contract 17-21 Water Main Relay • Contract 17-13 Westowne Detention Basin • Contract 17-16 Otter East Parking Lot • Contract 17-17 Hemlock Court and Fraser Drive Paving and Utility Repairs • Contract 17-19 Aviation Business Park Water Main Loop • Contract 17-20 Storm Sewer Laterals/Various Locations • Contract 17-22 Sawdust District Improvements The project is scheduled to begin March 20, 2017 and extend to December 31, 2017. The project team wishes to retain a qualified and experienced engineering consultant to perform on-site inspection and testing services during the project. PSI is interested in providing these construction materials testing and inspection services. PSI Qualifications - Page 1 intertek Construction Material Testing L 2017 Capital Improvements Program PSI Project No. 0092-203470 SCOPE OF WORK The following summarizes PSI's approach to address the construction materials testing on the project. PSI will provide a senior engineering technician to perform the requested field services. PSI will obtain test samples from construction sites throughout the city and may be required to obtain samples from various source sites. At a minimum, PSI will keep all lab samples until the end of each contract. Nuclear density testing will be performed on an as- needed basis dependent on the contractor(s) schedule. PSI understands, based on years of experience with the City of Oshkosh, that a field density testing technician will be required almost daily throughout the construction season. PSI will coordinate with contractors and the City of Oshkosh Inspectors/Engineers daily, so that scheduling can be planned in advance to meet the requirements of the project. Nuclear density tests shall be designated by project station, elevation, and utility trench type. The density testing technicians shall notify the City Inspector and appropriate contractor of failing tests. It will be the contractor's responsibility to re-compact failing areas and schedule retesting to meet the City's requirements. All tests shall be documented. In addition to the utility trench density testing, PSI will assist the City of Oshkosh Inspector when requested on inspection of backfilling operations per City of Oshkosh specifications. Part of PSI's function will be to work with the Contractor by providing ideas and methods of improving compaction if necessary. However, it will remain the contractor's responsibility to perform his duties to meet project specifications. The reporting requirements are listed in the scope of services and PSI understands that the technicians will be required to document their activities through a daily report. These reports shall include the date, a detailed summary of the activities taking place for which they are inspecting/testing, the technician's time, and other pertinent information standard with this type of reporting. There shall be a separate daily report for each city contract worked on that day. Daily reports will be available on the Qest Lab Hive online system. Material lab test results shall be emailed in PDF format or available on QestLab/Construction Hive online system to the City Project Engineer within 48 hours of notification of sample pick-up unless lengths of the test, by applicable standard procedures, dictate otherwise. It will be the PSI Project Manager's responsibility to review the day's events with the PSI technician to keep abreast of matters which may require future attention. The project PSI Qualifications - Page 2 7 Construction Material Testing Intertek 2017 Capital Improvements Program L A 1,!W!Wf_W8;J PSI Project No. 0092-203470 manager will also review the daily reports throughout the respective months and contact the City representative to address issues which may require the City's involvement to resolve. Neither the PSI on-site technician nor the PSI project manager will be responsible to make any decisions or provide any direction to the contractor, that would alter the City's contractual agreement with the contractor, or the City's specifications for the contractor's work. PSI cannot ultimately assume the responsibility of the contractor to perform the work under its contract with the City. This limitation of authority and responsibility is consistent with the industry standard for independent construction testing agencies. Monthly Testing Summary reports during construction shall include a written summary prepared by the project manager, material lab test results for that month, an updated compaction results log, and the technician's daily field reports. All reports shall be signed by the project manager. Separate reports shall be generated for each city contract should multiple projects occur during the same interval. The monthly summary reports shall be submitted in conjunction with the contract's respective invoice. All reports shall be emailed to the City Project Engineer in PDF format. A final report shall be prepared upon the completion of each individual city contract. Hard copies of the reports will be provided and mailed if requested. Additional email correspondence or summary reports may be requested depending on certain situations. The testing firm's project manager shall notify the City Project Engineer of issues which may arise throughout the construction period. RELEVANT EXPERIENCE PSI has an unparalleled reputation of providing construction materials testing for municipal programs and waste water projects. For example, PSI has successfully provided services on many of the most recognized brand names, including: ■ City of Oshkosh — 2013, 2014, Sanitary Sewer, Water, and and 2015 Capital Improvement Stormwater Pipelines — Oconto Falls Projects Sanitary Sewer Algoma ■ Detention Pond -Oshkosh Pump Station and Utility Lines 0 Water Main Transmission Waterford Suamico Sanitary Sewer Reconstruction ff Water Main —Two Rivers Wind Lake N Sanitary Sewer/WWTP Suamico N Main Water Extension — Pewaukee 0 Kiwanis Park Sewer Relay - 9 Sewer Extension — Bonduel Sheboygan 0 Water Main — Crivitz ■ Session Street Sewer Expansion Sanitary Sewer— Hobart Waupaca Force Main - Rubicon ■ Storm Sewer— Sister Bay REPORTS PSI Qualifications - Page 3 Interte Construction Material Testing 2017 Capital Improvements Program PSI Project No. 0092-203470 To provide immediate access to SW0 project reports, PSI utilizes Construction HiveTM as an .,.:: -A electronic report distribution platform to provide a better AA owAEE, , pkN Rdpa1 MTAY ATOMID LI T°.. Z16"11 3rp Y0I3 ° P' 9 �� fw(R11Wk"nLN3P 71k 0 2f1mb0 Rapat MTAWNTCMA RO/ELTO,.,. 3HPP013 YAM) experience to clients. The M 1 32 4 T� T �b tATT..�TA,WAT KKTTiT,00.. ,3 VI Construction Hive TM system has T .....q_,XW 6T2W91111V K(J CaWVeT"BSW'I'I{AfT...MIAWAIMMT1tTO.., bWZ013 422'2013 � A p3 gA* C4Pt"d4YbPu,8L ti..E GAA bTbN NbpM(AST...MTA4WATCANHOULT0- V17MT NVAI] 9 powerful report viewing, retrieval 1 _. ... �l"uN'Y✓k"�PN r,"xd Wpp1WMpN-1 MTAWATOARMTUM-. VV2013 3+"(013 ° ,Y A AT I LrYRA"A7G"duntf"I CmOr TOOWo ItMT....MTAWATM POTLl TO_. 2IM2013 kV2MJ ° and searching capabilities that , ..,....6..,. 166 lS,Am'm..t44 Cmxal FP R%AW MTAWATO"WILI.TO_. 3Atl01) 310013 ° allow designated users to find ° 1111 I—n)2T.11 K,4,4=byS CPoUVTept..MTAWATM ROTTL TO.., 35420,3 3%2013 ° ep ID GAM11111-0, Cp0pra F*411A. MTAWATP)A MITI,TO... 35T2013 VOMIT ° information in an efficient and tf` ...°.,a...Iffil E,•'�OGVAtwX9;1'',..o CM A6Tba1RWWA(AST...MTAWATMAMTELTO... 222013 V"013 ° environmental-friendly manner. " M ' ' ``STA " C_V "ANA MTAWAT(AA WITT Td... W013 IWIM3 9 Sample Electronic Report Upon project set-up, Construction Hive TM will electronically notify designated users when new reports are posted so they can view, download and forward relevant PSI test reports. In short, Construction Hive TM provides instantaneous access to reports from any internet web browser. Designated users can specify how often they receive reports, have the ability to establish notification alerts, download reports, and forward reports from Construction HiveTM E SCHEDULE PSI is prepared to begin work immediately upon receiving notice to proceed. We will remain available to respond within 12-18 hours for any services required. Our project manager will work closely with the project team and the contractor to ensure the timeliness of our services. FEES It is proposed to accomplish the required work on a unit price basis in accordance with the Schedule of Services and Fees, a copy of which is attached to this proposal. PSI's actual fees would be determined by the actual amount of technical time expended for this project and the amount of laboratory testing performed. PSI proposes to perform the above scope of services on a time and materials basis; however, we have prepared a fee estimate based on the provided project information and our experience with similar projects. No construction schedule was made available in preparing the included fee estimate. A summary of our estimated fee is provided below. For a detailed fee estimate, please see the attached Project Fee Estimate. i PSI Qualifications - Page 4 Construction Material Testing I ntertek 2017 Capital Improvements Program L it!O!,farily PSI Project No. 0092-203470 COMPANY CAPABILITIES PSI has been working in Wisconsin since the 1940s. Since that time, we have been providing geotechnical, construction testing, environmental consulting and asbestos services for local municipalities, the State of Wisconsin and a wide range of public and private sector clients. PSI maintains full-service environmental consulting, engineering, laboratory, inspection, and testing offices throughout Wisconsin These offices are very large and well equipped with the necessary resources and workspace to manage any project under this contract. Valued Quality. Delivered. Further illustrating our depth of operations, PSI recently merged with Intertek, a global provider of quality solutions. With a network of more than 1,000 laboratories and offices in more than 100 countries, 1WE rpv6ff%v sd7!!h J1 0 Intertek provides auditing, inspection, testing, training, quality assurance and certification by improving the quality and safety of products, assets and processes. PSI's qualified and experienced professionals include experts in geotechnical engineering, construction testing, environmental engineering, environmental sciences, industrial hygiene, geology, hydrogeology and related disciplines. These professionals make it possible for us to manage projects effectively in all areas of the state and country. Few companies can mobilize as rapidly as PSI, while still maintaining existing work efforts. Wisconsin Offices: P Middleton (Intertek and PSI): 30 professionals El Waukesha: 60+ professionals/5 drill rigs 46 vehicles ChIpp Fala,WI B*W1 ❑ Ripon: 15 professionals/9 vehicles It IIm WI ❑ Menasha: 10 professionals/ 1 drill rig/7 vehicles El Green Bay: 10 professionals/1 drill rig/6 vehicles WIG nkesha,VII .011".WI El Chippewa Falls: 10 professionals/ 1 drill rig/6 vehicles Local offices maintain very large laboratories with the necessary equipment and workspace to provide comprehensive materials storage and testing for soils, aggregate, concrete, masonry, fireproofing, steel and other materials. In addition, PSI's laboratory facilities in Pittsburgh, Pennsylvania have very extensive special testing capabilities, and are able to test a wide variety of innovative or exploratory construction materials. PSI Qualifications - Page 5 Construction Material Testing JJ=W._0VFAHY 2017 Capital Improvements Program PSI Project No. 0092-203470 MATERIALS TESTING OVERVIEW Capital Improvement Projects require precise planning, careful design, rigorous execution, and the expenditure of a great deal of money. Thus, it is extremely important that all work and materials be of acceptable quality to assure that specifications, schedules and budgets are met. One way to do this is by using the services of PSI as an independent consultant. PSI's construction services can be provided on either a call- out or resident basis. All field activities are supported by our AASHTO-accredited laboratories, which have total materials testing capabilities. Our laboratories can also perform special testing, in which unusual types of testing are performed by creating test conditions based on ours" � client's needs and specifications. PSI maintains complete facilities and equipment for inspection and testing of: Soils and Foundations ISH Laboratory testing and evaluation of proposed fill materials 11Sitework monitoring and Subgrade evaluation ❑ Monitoring and testing of compacted fills ❑ Shallow and deep foundations inspections ❑ Subgrade/soil improvement recommendations Now Concrete ❑ Cement physical and chemical testing ❑ Mix designs and verifications ❑ Aggregate Testing i ❑ Field sampling and testing ❑ Strength testing (compressive, flexural, split-tensile) t ❑ In-situ evaluation ❑ Precast and prestressed concrete testing and inspection (field and plant) Pavements ❑ Subgrade observations and stabilization recommendations ❑ Soil-cement mix design ❑ Base course testing and evaluation (laboratory and field) ❑ Laboratory testing of asphaltic concrete, including mix designs and verifications ❑ Field testing and inspection of asphalt and concrete paving materials ❑ Pavement evaluations (rigid and flexible) PSI Qualifications - Page 6 Construction Material Testing Intertek 2017 Capital Improvements Program L lj!w!q fear J F1 PSI Project No. 0092-203470 Masonry ' ❑ Concrete masonry unit and brick testing ❑ Mortar/stucco mix design, testing, and inspection ❑ Forensic investigation ❑ Prisms construction control` i Structural ❑ Threshold inspections ❑ Post-tensioning calibration and inspection ❑ Fireproofing inspection ❑ Reinforcing steel placement inspection Roofing ❑ Field evaluation and testing ❑ Monitoring of roof installation/application ❑ Laboratory testing of roofing materials f NDE / Metals ❑ Structural steel fabrication inspection and certification ❑ Structural steel field erection inspection ❑ Welder certification and procedure w qualification ❑ Non-destructive examination t ❑ Laboratory chemical and physical testing ❑ Pressure vessels ❑ Pipelines Specialty ❑ Floor flatness profiling ❑ Vibration monitoring ❑ Failure investigations ❑ Waterproofing monitoring and testing ❑ Curtainwall mock-up and fabrication inspection ❑ Roof inspections, evaluations and consulting Construction monitoring and testing has been an integral part of the services offered by PSI since its founding. Pittsburgh Testing Laboratory, a division of PSI, tested the original cables for the Brooklyn Bridge in the 1880s and more recently, the firm tested the t replacement cables. No other testing inspection firm has that kind of history and continuity. Our construction related services offer a logical extension and continuity to j' the geotechnical studies performed by PSI during earlier project phases. PSI Qualifications - Page 7 Construction Material Testing fntertek 2017 Capital Improvements Program L PSI Project No. 0092-203470 LABORATORY TESTING PSI is the largest independent testing agency in the United States. From the perspective of capabilities, number of locations, capacity to do work and quality — we are the best construction materials testing company in the market today. Our firm was founded on construction materials testing services. One of our acquisitions, Pittsburgh Testing Laboratories, tested the original cables for the Brooklyn Bridge in the 1880's — and recently tested the replacement cables. No other testing and inspection firm has that kind of history and continuity. Locally, PSI maintains complete facilities and equipment for inspection and testing of soils and foundations, concrete, pavements, masonry, structural steel and metals, roofing and specialty areas. With 6 offices in Wisconsin — Middleton, Waukesha, Chippewa Falls, Ripon, Green Bay and Menasha— the firm is well staffed with laboratory/quality supervisors and full-time technicians. PSI Laboratory—Wisconsin Operations SOILS AND AGGREGATES In addition to the testing that takes place in the field, laboratory testing of soils is done to verify that soil and aggregate materials being used during construction meet the requirements of the project plans and specifications. Some of the more common laboratory soil tests include the following: 11 Standard and Modified Proctor (moisture density relationship test) [I Atterberg Limits (measures plasticity of soils) El Soil classification El Gradation and grain size analysis El Laboratory CBR (California Bearing Ratio) test El Relative density test El Moisture content test El Triaxial tests to determine shear strength of cohesive or non-cohesive soils El Laboratory testing and evaluation of proposed fill materials. 11 Automatic proctor hammers, multiple sieve shakers, soil processors, scales and high capacity oven to accommodate high sample volume. El Atterberg limit and hydrometer testing for classification. PSI Qualifications - Page 8 Construction Material Testing 2017 Capital Improvements Program i L Intertek romm�M&Mms;] PSI Project No. 0092-203470 ASPHALTIC CONCRETE PAVEMENT PSI provides testing and evaluation services to help assure that project plans and specifications are met with regard to pavement. Asphaltic concrete, or asphalt as it is better known, is the most commonly used pavement material. When blended with aggregates, asphalt produces a durable paving material. Whether it's a roadway or a parking lot, each job will be required to follow specific pavement specifications and requirements. These requirements will specify the type of asphalt (or sometimes concrete for heavy-duty pavement sections) that should be used along with the appropriate thickness of both the pavement material and its "base course." The base course typically consists of crushed stone as a "base" or foundation for the pavement material. Like other construction quality control services, PSI conducts field and laboratory testing, in addition to inspection services, including: 11 Gradation tests (laboratory). 11 Core thickness (field and laboratory). 11 In-place density tests (field). 11 Marshall / Hveem density test/stability test (laboratory). El Temperature (field). Concrete [I Cement physical and chemical testing 11 Mix designs and verifications 11 Aggregate Testing El Field sampling and testing El Strength testing (compressive, flexural, split-tensile) El In-situ evaluation El Precast and prestressed concrete testing and inspection (field and plant) Pavements 0 Subgrade observations and stabilization recommendations El Soil-cement mix design El Base course testing and evaluation (laboratory and field) El Laboratory testing of asphaltic concrete, including mix designs and verifications El Field testing and inspection of asphalt and concrete paving materials 11 Pavement evaluations (rigid and flexible) PSI Qualifications - Page 9 Construction Material Testing L FP=MUM ,NJ; 2017 Capital Improvements Program PSI Project No. 0092-203470 Specialty Testing ❑ Unconfined compression testing of soils ❑ Cohesive and granular soil permeability testing ❑ CBR testing of soils for pavement design ❑ Organic content of soils ,, ❑ Consolidation of soils ❑ Fire proofing density testing p I P ,irrc,iouNu1 II({°hr�'IYId44C+lil��'I�i� p. ` PSI Laboratory—Wisconsin Operations { CERTIFICATIONS AND QUALITY CONTROL All work performed by PSI is controlled by a comprehensive internal Quality Assurance/Quality Control Program. As part of our Quality Assurance Program, inspection of our laboratory is regularly performed to re-calibrate equipment and detect any deficiencies. Our equipment, tests and procedures are monitored to assure the most accurate and consistent results possible. An in-house program of quality assurance is also implemented. The purpose of this in-house quality assurance program is to provide the method(s) used I annual management review of the quality system and PSI for the interna Y b S g q Y Y effectiveness and to activities to ensure their continued suitability and effects testing/inspection/inspection act Y 9 introduce necessary changes or improvements. This procedure addresses the following aspects of a management review: items to be reviewed; responsible parties; frequency of reviews; distribution of reports to management; and maintenance of records associated with the review. It is applicable to those operations conforming to specifications of various quality systems and/or standards, including: ❑ ANS/ISO/IEC 17025: General Requirements for the Competence of Testing and Calibration Laboratories (A2LA, AIHA, IAS, NVLAP) ❑ AASHTO R18: Standard Recommended Practice for Establishing and Implementing a Quality System for Construction Materials Testing Laboratories ❑ Various ASTM Standards, including: ❑ C1077: Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation C1093: Standard Practice for Accreditation of Testing Agencies for Masonry ❑ D3740: Standard Practice for Minimum Requirements for Agencies Engaged in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction ❑ E329: Standard Specification for Agencies Engaged in Construction Inspection, Special Inspection or Testing Materials Used in Construction PSI Qualifications - Page 10 Construction Material Testing ' 20/7 Capital kno/oven7enby Program LIntertek ii!W!q fiv 1 F1 ASI Project No. 0092-2034 70 ADDITIONAL LABORATORY TESTING CAPABILITIES AGGREGATE ASTM k*O }T£JR ASTM Sieve Analysis C136 Mortar Compressive Strength C109 Material Finer than No.200 C117 Mortar Tensile Strength C190 Unit Weight C29 Mortar Air Content C185 SpeoiUoGnmityA\beor[tion C127Y128 Mortar Water Retention C01 Soundness C88 Mortar Mix Properly Analysis C270 Abrasion C131/535 Mortar Aggregate Testing C144 Organic Impurities C40 Clay Lumps, Friable Particles C142 f�}0=S Lightweight Pieces C123 Water Content D2210 Aggregate Quality Analysis C33 Organic Content D2974 Specific Gravity D854 ASPHALT Dry Density D2937 Bulk Specific Gravity/Density D2726 Amount Finer than No.2O0 D1148 Percent Air Voids D3203 GminoizoAna|yois D422 Maximum Theory Specific Gravity D2041 AttmdoorgLimit D4318 Extraction/Gradation D2172 Shrinkage Limit D427 K4amhaUStobi|ity/How O1559 Moisture-Density Relationship D600D1557 California Bearing Ratio D1883 CONCRETE Unconfined Compressive Strength D2166 Compressive Strength O39 Permeability(Constant Head) D2430 Flexural Strength C78 Permeability(Falling Head) D5084 Splitting Tensile Strength C496 Consolidation D2435/D4186 CONCRETE CORES GROUT Compressive Strength O42 Grout Compressive Strength C1013 Unit Weight C642 Grout Mix Property Analysis C476 Chloride Ion Content FHA Grout Aggregate Testing C404 Air Content Analysis C457 Petrographic Analysis C858 SPRAYED FIREPROOFING Thickness/Density E605 CONCRETE MASONRY UNITS CMU Compressive Strength C140 Soil/Base/RAP Stabilization CMU Unit Weight/Absorption C140 Moisture Density D558 Masonry Prism Strength E447 Compressive Strength D1633 Hollow Unit Quality Analysis C98 Bearing Ratio D3668 Solid Unit Quality Analysis C145 °Asummary md PS|'o Laboratory Quality Assurance/Quality Control Program is available upon request. PSI Qualifications - Page 11 0 M0% Construction Material Testing 2017 Capital Improvements Program M= = PSI Project No. 0092-203470 LOCAL PRESCENCE PSI is the largest testing agency in Wisconsin — 6 offices, 9 drill rigs, and over 100 professionals. This presence enables us to provide unparalleled service to each, and every one of our clients by drawing upon the large network of personnel, equipment, supplies and other resources that are readily available for quick mobilization between our branch offices. With up to 10 branch, department and special project managers throughout the state, each working in daily contact and cooperation with a District Manager, Vice President and Senior Vice President (all of whom are based in Wisconsin), PSI clearly demonstrates an unmatched ability to allocate resources to multiple concurrent projects. PSI maintains a full-service engineering laboratory, inspection, and testing office in Ripon and Menasha, Wisconsin. Our offices are very well equipped with the necessary equipment and workspace to provide comprehensive materials storage and testing for soils, aggregate, concrete, masonry, fireproofing, steel, and related materials. 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. Engineering reports generated by the Branch offices are reviewed by a senior principal engineer in our firm. David Barndt, P.E. Senior Vice President James M. Becco, P.E. Vice-President The resumes of these principal engineers, as well as a selection of key personnel are included in a later section. The company's "Senior Author System," enables PSI to best match our pool of talent to the needs of every project, and provides a degree of consistency in the technical quality of reports. The local presence of qualified professionals throughout the State, coupled with the scrutiny and assistance given by the seasoned senior staff, together serve to ensure that our clients receive prudent and reliable engineering recommendations, maintaining a keen familiarity with local conditions and typical construction practices. Our senior principal engineers are readily available to meet with clients to discuss the particulars of any project, adding a personal element to the consulting process. PSI's local team includes senior engineers, technicians, inspectors and support personnel with specific qualifications and experience to successfully address the complex challenges associated with any project. This team of rofessianals is managed through a Matrix Management system that allows sharing of resources, both between departments and between local offices. Regionally, PSI's Wisconsin Operations can be illustrated as follows: PSI Qualifications - Page 12 F_ Construction Material Testing hitertek 2017 Capital Improvements Program L ;IF PSI Project No. 0092-203470 City of Oshkosh Capital Improvements PSI Organization Chart rA bs k0sh MEN== David Brandt,P.E. Senior Vice President James Becc o , P.E. Vice President Ripon office Green Bay Office Menasha Office Chippewa Falls Office Jeffrey Fischer I I' Mebecca Zahn nRDavis Voights Z RR Andy Larson Brian Schmid Jacob Barlow From a Project Management perspective, each project is set up differently, depending on the service line or specific project requirements. However, our approach will be to manage and staff projects through a single point-of-contact that will serve as an overall Contract Manager. This individual will ensure compliance with the overall contract and coordinate with the appropriate Project Manager. The Project Manager will: 11 Direct the day-to-day field activities; [I Coordinate senior professional engineers to support the project(s); 11 Coordinate and manage project staff to provide dedicated on-site services; and El Direct and coordinate subcontract activities, if necessary. PSI Qualifications - Page 13 Construction Material Testing IntertekI 1J!W!Qffrzi1 2017 Capital Improvements Program PSI Project No. 0092-203470 STAFF SUMMARIES Summaries of key local staff are provided below. Individual resumes, including professional registration and education have also been included in the proposal. David M. Barndt, PE Senior Vice President Principal-in-Charge As Senior Vice President with PSI, Mr. Barndt has served as Project Principal on projects throughout the Midwest, including the current Hill Farms project in Madison. He is a registered professional engineer and has over 30 years of experience providing geotechnical engineering and construction materials testing. He has also developed construction QA/QC testing programs for cast-in-place concrete, post-tension concrete structural steel and has served as project manager and principal consultant on a WisDOT Contract for QV Inspections at PreCast Plants. Mr. Barndt serves as the principal engineer to evaluate non-conformance issues and offers recommendations for corrective action and has performed numerous QA Audits of concrete, structural steel and precast concrete plants for compliance with project specifications. James Becco, PE Vice President 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 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. Jeffrey Fischer Branch Manager The Ripon office is managed by Mr. Jeff Fischer, a Geologist with more than 25 years (13 years with MES and 3 years with PSI) of experience in construction material's testing, geotechnical and environmental engineering. Mr. Fischer will oversee the day-to-day technical services performed for this contract. Mr. James Becco, P.E. and Mr. Dave Barndt, P.E., will supervise and coordinate all the technical activities associated with this PSI Qualifications - Page 14 Construction Material Testing II ntertek� 2017 Capital Improvements Program L -A PSI Project No. 0092-203470 contract, and would be readily available for client meetings, thus providing a personal element in maintaining clear client communications and satisfaction. Senior Engineering Technicians Davis Voights/Andy Larson/Brian Schmid/Jacob Barlow Davis Voights, Andy Larson, Brian Schmid, and Jacob Barlow are available to serve as Senior Engineering Technicians on this contract. These individuals are ACI — Certified Technicians and have extensive experience performing a full range of services for the City of Oshkosh. Mr. Voights joined PSI in April of 2014. He responsibilities as a Senior Field Technician include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, and masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Voights is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos surveys. Mr. Larson is experienced in providing construction inspection and testing services on a wide range of industrial and commercial projects. He has extensive experience conducting classifications and moisture density testing of proposed fill materials and evaluating building and pavement subgrades, direct proof rolling and undercut activities and the monitoring and tested of compacted fill. Mr. Larson has experience performing foundation inspections of both conventional shallow and deep foundation systems. In addition, he has provided concrete placement inspection, including reinforcement location and verification and concrete mix design and strength verification on numerous projects. Mr. Barlow is an experienced technician responsible for providing field quality control in both construction observation and testing. While in the field Mr. Barlow has tested, and inspected construction materials such as concrete, asphalt, soil, rebar, and piers. He is proficient at testing concrete for slump, air content, unit weight, temperature, and compressive strength. Mr. Barlow has performed ASTM procedures in the lab to determine soil samples maximum density, optimal moisture content, gradation, and Atterberg limits. This has enabled him to better recognize different soil characteristics while evaluating soil in the field. Mr. Schmid is experienced in testing and inspecting subgrade soil for footings, slabs, and paved areas under many different environmental and geologic conditions. He has performed compaction testing for large fill sites, utility installation and roadway projects and understands compaction testing within utility trenches and trench boxes. Mr. Schmid is proficient at testing concrete for slump, air content, unit weight, temperature, and compressive strength. He is also experience inspecting rebar to ensure that grade, size, spacing, length, cover, and lap splice lengths comply with the construction documents. PSI Qualifications - Page 15 Construction Material Testing 2017 Capital Improvements Program PSI Project No. 0092-203470 Adam Martin Staff Engineer Mr. Martin joined PSI as a Field Technician. His responsibilities include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Martin is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos surveys. Quin Lenz Staff Geologist Mr. Lenz responsibilities include field monitoring and testing of native soils and structural fill, concrete testing and documentation, laboratory tests and documentation, Phase I and Phase 11 Environmental Site Assessments, as well as geotechnical report writing and water sampling. Mr. Lenz is also ACI certified and nuclear density trained. PSI Qualifications - Page 16 Construction Material Testing Intertek 2017 Capital Improvements Program A mw2j PSI Project No. 0092-203470 REFERENCES Paul DeVries, P.E. City Engineer/Deputy Director of Public Works City of Fond du Lac 920.322.3473 pdevries@fdl.wi.gov PSI has provided a wide range of geotechnical and materials testing services for various City of Fond du Lac projects including public works projects, park and recreation facilities, roadway reconstruction, new/proposed developments and other projects. Karen Heyrman, P.E. Deputy Director of Public Works Grand Chute 920.832.1581 Karen.hevrman@grandchute.net PSI performed the annual testing contract for the City of DePere in 2012, 2014, 2015 and provided a testing quality control program and construction monitoring to document whether the construction observed and materials tested are in conformance with the project's contract documents. Karen Heyrman was the Assistant City Engineer overseeing our services until recently accepting a new position with the Town of Grand Chute. Don Neitzel, P.E. Kunkel Engineering Beaver Dam, WI 920.356-9447 dneitzel @ kunkelengineering.com PSI has worked with Kunkel Engineering for numerous years as an independent testing agency for the municipalities they serve or act as the Engineer. Examples include the City of West Bend, City of Berlin, City of Green Lake, City of Fox Lake, City of Horicon, and the City of Princeton. PSI's responsibility is to test and observe the quality of materials and workmanship in areas of our involvement for compliance with project specs and plans and report the findings to the appropriate party in a timely manner so any deficiencies can be promptly corrected. PSI Qualifications - Page 17 Intertek Construction Material Testing L 2017 Capital Improvements Program PSI Project No. 0092-203470 OTHER SIMILAR EXPERIENCE Waukesha County: Various Projects — Through a Master Services OF W. ,411 41 Agreement for Engineering Services with Waukesha County, PSI has VO provided a wide range of geotechnical and materials testing services for public works projects, park and recreation facilities, roadway reconstruction, new/proposed developments and other projects. For example, PSI completed a retaining wall design for a new modular block retaining wall that was constructed on the south side of CTH Q, from Colgate Road to CTH Y. PSI completed a full set of design plans and specifications that were used to bid the construction of the wall. During performance of this project, PSI also installed wells surrounding an existing retention pond and performed mounding calculations. Overall, PSI's services for Waukesha County have included the full range of geotechnical field services (laboratory services, analysis and design recommendations) and construction materials testing (foundation inspections, soils compaction testing, concrete testing). City of Waukesha: Various Projects—Through various annual contracts with the Department of Engineering and the Waukesha Water Utility, PSI has provided a wide range of geotechnical and testing services for parks, roadways, sewer/water lines, utilities and other projects, such as bridges and maintenance facilities. Services have included the full range of geotechnical field services, laboratory services and materials testing, including soils compaction testing, compressive strength testing for concrete, footing inspections and other related inspection and testing as necessary. TA Milwaukee County: Various Projects — Through a Master Consulting A t Agreement for Geotechnical Engineering and Materials Testing Services with Milwaukee County, PSI has provided a wide range of geotechnical and testing services for parks, roadways, new/proposed developments and 'lip other projects, such as swimming pool rehabilitations, bridges and bike trail maintenance facilities. Services have included the full range of geotechnical field services, laboratory services, analysis and design recommendations, as well as the subsequent materials testing during construction — compaction testing, concrete testing, footing inspections and other related inspection and testing as necessary. MIL W A URE E CO UN TY-5 Milwaukee County: Various GMIA Projects — Through a Master Consulting Agreement for Geotechnical Engineering and Materials PP, Testing Services with Milwaukee County, PSI has provided a wide P1 range of geotechnical services at General Mitchell International Airport. Projects have included runway reconstruction, A I I concourse expansions, baggage handling upgrades and other Ma IN I I A L TCHELL projects. INTERNATIONAL AIRPORT PSI Qualifications - Page 18 Construction Material Testing n 2017 Capital Improvements Program I tertek'11 1J!W!qf�VJ;]F L PSI Project No. 0092-203470 AUTHORIZATION If this proposal is acceptable to you, PSI will perform the work in accordance with the attached General Conditions that are incorporated into and made a part of this proposal. Please sign below as notice to proceed and return one copy of this proposal intact to our office. We will proceed with the work upon receipt of authorization. PSI appreciates the opportunity to offer its services to your project and looks forward to being of service to you. Meanwhile, if you have any questions or require additional information, please contact our office at (920) 745-2200. Respectfully submitted, PROFESSIONAL SERVICE INDUSTRIES, INC. Jeffrey Fischer Branch Manager PSI Qualifications - Page 19 Construction Material Testing I L Intertek 2017 Capital Improvements Program PSI Project No. 0092-203470 PROPOSAL ACCEPTANCE: AGREED TO,THIS DAY OF 2017 BY (please print): TITLE: COMPANY: SIGNATURE: PROJECT INFORMATION: 1. Project Name: 2. Project Location: 3. Your Job No: Purchase Order No.: 4. Project Manager: Telephone No.: 5. Site Contact: Telephone No.: 6. Distribution of Reports: Report Type 0 C 0)C 4) Z Ej - E 0 "a 0 a) Q r 0) C W 5 S 0 fn 0 0 0 Name Email Address U, CE 7. Invoicing Address: Attn: 8. Other Pertinent Information Or Previous Subsurface Information Available: PSI Qualifications - Page 20 Construction Material Testing rjInt• 5Wee 2017 Capital Improvements Program PSI Project No. 0092-203470 GENERAL CONDITIONS I.PARTIES AND SCOPE OF W ORK Professional Service Industries Inc.(`PSI')shall include said company or its particulardivision,subsidiaryoraffiliate performing the work"Wort"means the spwific service to be performed by PSI as set forth in PSI's proposal,Client's aaceptrace thereof and these Ceneml Conditions.Additional work onlered by Client shall also be subject to these Cenral Conditions "Client"refers to the person or business entity ordering the work to be done by PSL If Client is ordering the work on behalf of another,Client represents and warrants that it is the duly authorized agent of said party for the purpose of ordering and directing said woriL Unless otherwise stated in writing,Client assumes who responsibility fordetermining whether the quantity and the nature of the waark ordered by the client is adequate and sufficient for Client's intended purpose.Client shall communicate these CImeml Conditions to each and every third party to whom Client transmits any part of PSI's work.PSI shall have no duty or obligation to any thint party greater than that set forth in PSI's proposal,Client's acceptance thereof and these General Conditions The ordering of work form PSI,or the reliance on any of PSI's wort,shall constitute acceptance of the terns of PSI's proposal and these General Conditions,regardless of the terns ofany subsequently issued document 2.TESTS AND INSPECTIONS:Client shall cause all tests and inspections of the site,materials and work performed by PSI or others to be timely and properly performed in accordance with tine plans,specifications and conbactdocuments and PSI's recommendations.No claims for loss,damage orinjury shoat be brought against PSI by Client or any third party unless all tests and inspections have been so performed and unless Pit's recommendations have been followed.Client agrees to indemnify,defend and hold PSI,its officers,employees and agents harmless from any and all claims,suits,losses,costs and expenses,including,butnot limited to,court costs and reasonable attorney's fees in the event that all such testa and inspect insare not so performed or PSI's recommendations am not so followed. 3. PREVAILING WAGES: This proposal specifically excludes compliance with any project labor agreement,labor agreement,or other union or apprenticeship requirements. In addition, unless explicitly agreed to in the burly of this proposal,this pmposrl specifically excludes cempliaum with any state or federal prevailing wage law or associated requirements,including the Davis Bacon Act Due to the professional nation of its services PSI is generally exempt from the Davis Bacon Actand other prevailing wage schemes It is agreed that no applicable prevailing wage classification or wage rate has been provided to PSI,and that all wages and cost estimates contained herein aria based solely upon standard,non—prevailing wage rates. Should it later be detennined by the Owner or any applicable agency that in fact prevailing wage applies,then it is agreed that the contract value of this agreement shall be equitably adjusted to amount ror such changed circumstance.These exclusions shall survive the completion of the pmjectand shall be merged into any subsequently executed document between the parties,regardless of the terms of Such agreement Client will reimburse,defend,indemnify and hold harmless PSI fiver and against any liability resulting from a subsequent determination that prevailing—go mgu1a6ons cover the Project,including all costs,lines and attorney's fees. 4.SCHEDULING OF WORK The services set forth in PSI's proposal and Client's acceptance will be accomplished by PSI personnel at the prices quoted.If ISI is required to delay commencement of the work or if,upon embarking upon its work,PSI is required to stop or intempt die progress of its work as a result of changes in the scrape of ter work requested by Client,to fulfill the requirements of third parties,interruptions in the progress of construction,or.tlicr causes beyond thedirect masmmble control of PSI,additional chargeswill be applicable and payable by Client 5.ACCESS TO SITE CTientsvill arrange and provide such access to the site and work as is necessary for PSI to perform the work PSI shall take reasonable measures and precautions to minimize damage to the site and any improvements located thereon as the insulter its work orthe use of its equipment. 6.CLIENT'S DUTYTO NOTIFY ENGINEER:Clientwarrants that it has advised PSI of any known or suspected hazardous materials,utility lines and pollutants at any site at which ISI is to do work,and unless PSI has assumed in writing the responsibility of locating subsurface objects,structures,lines or conduits,Client agrees to defend,indemnify and save PSI harmless from all claims,suits,losses,costa and expenses,including reasonable attorney's fees as a result of personal mjpuy,death arproperty damage occurring with respectto PSI's performance of its work and resulting to or caused by comtactwith subsurface oriatent objects,structures,lines or conduits where the actual orpotential presence and location thereof were notreveated to PSI by Client 7.RESPONSIBILITY:PSI's work shall notinclude determining,supervising or implementing the means,methods,techniques,sequences or procedures of construction.PSI shall not.be responsible for evaluating,reporting oraffmting,job conditions conceiving health,safety or welfare.PSI's wore or failure to perform same shall not in any way excuse any contractor,subeontr actor or supplier from performance of its work in accordance with the contract documents. Client agrees that it shall require subrogation to be waived against PSI and for PST to be added as an Additional Insured on all policies of insurance,including any policies required of Client's contractors or subcontractors,covering any construction ordevelopm stactivities to be performed on the project site.PSI has no right or duly to stop We contractor's work 8.SAMPLE DISPOSAL:Test specimens will be disposed immediately upon completion of the test.All drilling samples will be disposed sixty(60)days after submission of PSI's mport 9.PAYMTSTE The quantifies and fees provided in this proposal are PSI's estimate based on information provided by Client mid PSI's experience mm similar projects.The actual total-amomadue to PSI shall be based on the actual final quantifies provided by PSI at the unit rates provided herein.Where Clients irects orrequests additional work beyond the contract prim it will be deemed a change order and PSI will be paid according to the fee schedule.Client shall be invoiced once each month for work performed during the preceding period.Client agrees to pay each invoice within thirty(30)days of its receipt Client furtheragrees to pay interest on all amounts invoiced and not paid or objected to for valid cmms in wailing within said thirty(30)day period at the rate of eighteen(18)percent perannum(or the maximum interest into permitted underapplicable law),until paid.Client agrees to pay PSI's cost of collection of all amounts due and unpaid after thirty (30)days,including courtcosts and reasonable attorney's fees.PST shall not[*bound by any provision or agreement requiring or providing for arbitration of disputes or controversies arising out of this agreement any prevision wherein PSI waives any rights to a mechanics'lien,or any provision conditioning PSI's tight to receive payment for its work upon payment to Client by any third party.These Gmmml.Conditions are notim,where required,that PSI shall file alien whenever necessary to collect past due amounts.Failure to make payment within 30 days of invoice shall constitute a release of PSI from any and all claims which Client may have,whether in tort contract or otherwise,mid whetherknown or unknown at the time, 10.AT-LOCATIQN OF RISK.CTILNf.AGREES THAT PIT'SSI^:RyTCES.WiU.NCYI'$UEilE?C.T PST'S.TNT�IYII?IJAT->.MPLOYF7?$,_017^7C$R.S._QR 1�REC-`.t'ORS TO ,NY._Pf:RS0,—1 LIABILITY,AND THAT NOTWITHSTANDING ANY OTTIER PROVISION.OF TIES AOMMENI,CLIENT AGREES THAT ITS.SOLE AND.EXCLUSIVE REMEDY.SHALL.BE TO DIRECT_QRASSERTANYCLAIM DENL4,NI)OR.SUIT ONLY AGAINST PSI STATETvDEk.M.MADEIN.PSIREPORTSAREOPINIONSBASED,UP,ONENGINEERTNGJUD01019S' AND ARE.NOT.TO.BE.CONSTRUED ASREPRESENTATIONS OF FACT, SHOULD PSI-OR ANY OF ITS_EMPLOYEES BE..FOUND_TO..HAVE.BEEN.NE.GLIQES r-IN.THB PERPORMANCB QP.STS_WORIC,OR.TO..HAYE.MADE ANDBREA.S ANY EXPRESSORIMPL ARRAMrA-REPBY,S1,CTI'Al'LQhLQR--CQNMACr-ClllitSLALL3'ARTIB;xCLAIi11PIGTHRUUGHLIIFNTANDALLPARU S_CLAIMENaTO_HAYEIN ANY WAYRELIEDUPONPSI'SWQRI{ACrREE,TfIATTDIEMI+XIIvICJMA<,�(7$ECrr1T!~„AIt30UNT.OFTHEIIABILFFYOFP`_S-1]1',$OFFICERS,.EMPLOYEESANDAGENTt SHALL BELIMI'TEDTO 00000 OR THETOTALAMQUNTMTiEFEEMD-T9_2SLEOR-WQRICPERPSI_RME2]ONTHE PROJ$CT,IVJdLCIIEV ER AMOUNT S-OREATE_R.IN-THE EVENT CLIENT IS UNWILLING OR UNABLE Tn LIMIT PIT'S LIt)D'}ID.,I�'TN ACCORD�.CLCE WTTH THE PROVISIONS SEI'FORTH IN TInS PAu Ac;tiAfrfJ f9 1PN1`kIAY i mlh�I WRITTEN REQUEST OF CLIENT RECEIVED WITHIN FIVE DAYS OF CLIENT'S ACCEPTANCE HEREOF,INCREASE THE LIMIT OF PSi'S LIABILITY TO$25Q000,00 OR THE, AMOUNT OF PSI'S FEE PAIDTO PSIFQB_PI'S3yt�RK UNTHE PROJEC W..HIH S:T:DEYE$_.L$'DIL�rREATER BYAQEFEINGTO PAY PSIAgC1hiEOCnVALENT TOANAt)p_CCDf2NAI. AMOUNT OF Sob OF THE TOTM,FEE TO BE CUARGFJa FOR.PSI SBRYTCFS THIS CHARc ISNOT TO BE_CON$TRUEDAS BEING A CHAR aCP-.FOR INSURANCE OFA My TYPE.BULIS INCREASED_CONSDDERA'aONFOR.THE.MEATER.LIABTLYSY,INYDI.YED— ANY EVENT-MTGRKEY.'.S-FEESEXPEIMED.BY.PSI.DN CONNECTION WITH ANY CLAIM..STLALL REDUCE THE AMOCJNTAYAILABLI�AND ONI Y ONE SUCIIAMOUNI WRLAPPLYTOANY FRDJECT._... NO ACTION OR CLAIM,WHETHER IN TORT,CONTRACT,OR OTTIERW ISE,MAYBE BROUGITf AGAINST.PST,ARISING FROM OR RELATED TOPSI'S WORK MORETHAN TWQ YBARS A.PT'F.R THE CESSATION OF FSI'S.WORT{HEREUNDM—REGAUUSS._OP THE DATE.OF DISCOVERY QF.SUCDI CLAAYL. 11.INDEMNITY:Subject to the above limitations,PSI agrees not to defend but to indemnify and hold Client harmless from and against any and all claims,suits,costs and expenses including reasonable attorney's Fees and must costs tothe extemlarising outer PSI's negligence as finally determined by a court of law.Client shall provide the same protection to the extent of its negligeum. In the event that Client or Client's principal shall bring any suit,cause of action,claim or counterclaim against PSI,the Client and tie party initiating such action shall pay to PSI the costs and expenses incurred by PSI to investigate,answer and defend it including reasonable attomey's and witness fees and court costs to the extent that PSI shall prevail in such suit. 12.'TERMINATION:This.Agreement maybe terminated by either party upon seven days'prior written notice.In the event of termination,PSI shall be compensated.by Client for all services performed up to and including the termination date,including reimbursable expenses. 13.E PLOYFPSCWTENFSS PEES:PSI's employees shall not he retained as expert wi6m"ws except by separate,written agreement Client agrees to pay PSI's legal expenses,administrative costs and fees pursuant to PSI's then current fee schedule for PSI to respond to any subpoena.For a period of one year after the completion of any work performed under this agreement,Client. agrees not to solicit=mit or hire any PSI employee or person who has been employed by PSI within the previous twelve months.In the event Client desires to hire such an individual,Client agrees that it shall seek the written consent of PSI,and shall pay PSI an amount equal to one-half of the employee's annualized salary,without PSI waiving other remedies it may have. 14.FIDUCIARY:PSI is nota financial advisor,does not provide financial advice or analysis of any kind,and nothing in our reports can create a fiduciary relationship between PSI and any other Party. 15.CHOICE OF LAW AND EXCLUSIVE VENUE:All claims or disputes arising or relating to this agreement shall be governed by,construed,and-formal in accordance with the laws or Illinois. The exclusive venue for at actions or proceedings arising in connection with this agreement shall be either the Circuit Court in DuPage County,Illinois,or the Federal Court for the INortheru District of Illinois. 16.PROVISIONS SEVERABLE:The parties have entered into this agreement in good faith,and it is the specific intent of the parties that the terms of these Ckneml Conditions be enforced as written.In the eventany of the provisions of these General Conditions should be found to be unenforceable,it shall be stricken and the remaining provisions shall be enforceable. 17.ENTIRE AGREEhTEJT:This agreement constitotes the entire understanding of the parties,and them are no representations,warranties or undertakings made other than as set forth herein. This agreement may be amended,modified or terminated only in writing,signed by each of the parties hereto. B-900-11(11) 4114 PSI Qualifications - Page 21 Intertek ' rwmmmmw Construction Material Testing � � ��/7C��/�om�men�F�omm � _~��~�~�~�� ' ~ FSV � ^ No. 0092-203470 � PROPOSAL COST BREAKDOWN CONSTRUCTION MATERIALS TESTING 2O17CAPITAL IMPROVEMENT PROGRAM ITEM DESCRIPTION UNIT EST OTK BID UNIT PRICE BID TOTAL PRICE 1. RoundthpCharDo Each 175 2. Field Time Hour 1.350 n. Equipment Rental Hour 1.350 4. Vehicle Rental Hour 1.350 o. Sieve Analysis nf Aggregate Each 20 G. Modified Proctor Density Test (aggregate) Each 15 � 5. Trench Backfill Testing Reports Each 40 z � cunounauun Hour 15 � K Project Manager Hour 70 TOTAL $ ---74J237.00 RESPONSE TIME TO SITE 0.5 Hours (or less) � PSI Qualifications - Page 22 David M. Barndt, PE Senior Vice President Pewaukee, Wisconsin Year started with PSI: 1981 Years experience with other firms: 20 Education Bachelor of Science in Civil Engineering, University of Wisconsin, 1980 Certifications/Registrations/Technical Training • Principles of Geotechnical Engineering, PSI, 1999 • Property Condition Assessment, PSI, 1998 • Specialty Geotechnical Construction, University of Wisconsin, 1998 • Deep Foundation Design, PSI 1996 • Design/Construction Of Slabs On Grade, American Concrete Institute, 1995 • Phase II Environmental Site Assessment, Field Methods, PSI, 1989, 1995 • Shallow Foundation Design, PSI, 1995 • Phase I Environmental Site Assessment, PSI, 1989, 1993 • Radiation Safety, Officer/Instructor, PSI, 1990 • Asphalt Pavement Design, University of Wisconsin, 1990 • Nondestructive Testing of Concrete, University of Wisconsin, 1988 • Inspection of Steel Structures, University of Wisconsin, 1987 • Professional Engineer, #E24798, Wisconsin, 1987 • Wisconsin Certified Site Assessor • Certified Environmental Professional Affiliations/Memberships • American Concrete Institute (ACI), Secretary/Treasurer, 1990-1993 • American Society of Civil Engineers (ASCE) • American Welding Society (AWS) • Wisconsin Society of Professional Engineers (WSPE) Professional Experience Mr. Barndt is Senior Vice President of PSI's Wisconsin and Minnesota operations. He has more than 20 years of experience in geotechnical engineering, construction materials testing, and environmental consulting. Mr. Barndt has extensive knowledge of subsurface conditions and construction practices in Southeastern Wisconsin which has enabled him to serve as senior consultant during foundation and building construction on a wide variety of projects. He also has extensive experience performing and overseeing testing and inspection of structural steel including welding procedure and operator qualification, fabrication inspection, and nondestructive testing. He has worked on a variety of geotechnical and construction materials testing projects including high-rise structures, sports facilities, hotels, industrial facilities, shopping centers, warehouses, communication towers, hospitals, medical facilities, water/wastewater treatment facilities, prisons, and airports. Mr. Barndt serves PSI as principal client contact, project manager, and senior author on major construction projects in the Milwaukee area. File Name:BamdtD.doc Revised:03/2010 David M. Barndt, PE Senior Vice President Pewaukee, Wisconsin Page 2 of 5 Representative Construction Inspection and Testing Project Experience • Bradley Sports and Entertainment Center; Milwaukee, Wisconsin — Project manager and principle engineer for construction inspection and testing for the new sports complex, home of the Milwaukee Bucks. Services included inspection of deep pile foundation system, concrete, soil testing, and shop/field inspection of structural steel. Structural steel was fabricated in plants in the USA and Canada. Inspection program incorporating the requirements of the American Welding Society was developed for plants in Canada where fabrication is performed under the Canadian Welding Bureau (CWB). • Miller Park; Milwaukee, Wisconsin — Principle engineer for inspection and testing of deep foundation system for Miller Park, home of the Milwaukee Brewers. The foundation system included the installation of over 2,000 tapered piles and hundreds of drilled shafts, which were socketed into bedrock to resist uplift forces induced by the retractable roof. Crosshole Sonic Logging was performed to evaluate the quality of concrete within the drilled piers. • Midwest Express Center; Milwaukee, Wisconsin - Senior project manager and principle engineer of construction testing and inspection for construction of a convention center. Inspected installation of deep foundation system, directed onsite and laboratory concrete quality control and testing, soil inspection and compaction testing, comprehensive shop and field inspection, and nondestructive testing of structural steel. • Milwaukee Metropolitan Sewage District; Wisconsin — Project manager and principle engineer on multiple projects in support of the Deep Tunnel project over a ten-year period, through the Program Management office. Provided services on numerous projects at the Jones Island WWTP, and the South Shore WWTP, as well as several deep tunnel projects within the Milwaukee metropolitan area. Performed comprehensive onsite and laboratory concrete quality control and testing, soil inspection and compaction testing services, and complete geotechnical consulting. ® Milwaukee County Medical Complex (MCMC); Wisconsin — Project manager and principle engineer on numerous large projects on the MCMC grounds including the bridge building, ambulatory care center, Froedtert Hospital Cancer Center, East Clinic addition and parking structure, Children's Hospital and the new Froedtert United Dynacare building. Also involved with numerous projects at the complex's power plant. Inspected installation of numerous shallow and deep foundations, directed onsite and laboratory concrete quality control and testing; directed steel reinforcing and soil compaction testing services; directed quality control testing of asphalt, and concrete pavements. Representative Quality Control/Quality Assurance Project Experience Milwaukee County Medical Complex (MCMC); Wisconsin — Project manager/principle engineer on numerous large projects on county medical complex grounds including the bridge building, ambulatory care center, Froedtert Hospital Cancer Center, East Clinic addition and parking structure, Children's Hospital, and the new Froedtert United Dynacare building. Also been involved with numerous File Name:BamdtD.doc Revised:03/2010 David M. Earndt, PE Senior Vice President Pewaukee, Wisconsin Page 3 of 5 projects at the Medical Complex Power Plant. Inspected installation of numerous shallow and deep foundations, directed onsite and laboratory concrete quality control and testing, directed steel reinforcing and soil compaction testing services, directed quality control testing of asphalt and concrete pavements, and performed complete geotechnical investigations. Milwaukee County International Airport; Wisconsin — Principle engineer on numerous projects including the airport parking structure and concourse C, D, and E expansions, as well as numerous runway and taxiway upgrade and expansion projects. Inspected installation of foundations, directed onsite and laboratory concrete quality control and testing, directed steel reinforcing and soil compaction testing services, directed quality control testing of asphalt and concrete pavements, and performed complete geotechnical investigations. Representative Geotechnical Engineering and Drilling Services Project Experience St. Luke's Medical Center; Milwaukee, Wisconsin — Principle engineer for multiple projects including an eight-story outpatient addition, a 14-story Knisely Tower, a Gamma Knife addition, and a multi-level parking structure. Provided comprehensive geotechnical investigations and construction inspection and testing services. Milwaukee Metropolitan Sewage District (MMSD), Headquarters and Lab Buildings; Wisconsin — Principle engineer for the MMSD's new headquarters and laboratory buildings. Performed comprehensive geotechnical investigation and pile testing program to establish pile driving criteria. ® Aurora Health Care Center; Pewaukee, Wisconsin — Project manager and principle engineer for the construction of new hospital facility. Conducted comprehensive geotechnical investigation and provided inspection and testing services during construction. Froedtert Lutheran Memorial Hospital, United Dynacare Laboratory Building; Milwaukee, Wisconsin — Principle engineer for the geotechnical investigation and subsequent construction inspection and testing on this project. Due to the subsurface conditions and site constraints, several foundation types were required for this building including continuous wall and spread footings on both natural soils and engineered fill and deep foundations designed to bear upon natural soils and bedrock which underlie portions of building area. ® Milwaukee County House of Corrections; Franklin, Wisconsin — Principle engineer for the geotechnical investigation and subsequent construction inspection of a multi- level, 600-bed addition. Representative Pavement Evaluation and Consulting Project Experience ® Milwaukee County Department of Public Works; Wisconsin — Project manager and principle engineer on numerous projects over the past 15 years. Typical projects range from small reconstruction projects within the County's park system to large- scale projects such as the reconstruction of two miles of Lincoln Memorial Drive €; File Name:BarndtD.doc Revised:03/2010 i I I David M. Barndt, PE Senior Vice President Pewaukee, Wisconsin Page 4 of 5 along Lake Michigan. Services provided include pavement analysis of parking lots and roadways and geotechnical investigations with pavement design and construction recommendations. ® US-18; Grant County, Wisconsin — Project manager for geotechnical investigation of a 15-mile section of US-18. Recommendations were provided for pavement reconstruction and construction of cut slopes and embankments, as well as for the replacement of several structures within the project limits. Representative Asbestos Project Experience e Housing Authority of the City of Milwaukee; Wisconsin — Served as project manager and principle engineer on numerous projects for the Authority over the past eight j years. Projects ranged from small inspection and assessment projects, planned renovations or maintenance activities, to large-scale projects such as the abatement E project design and management for the demolition of large buildings or complexes. f Marquette University; Milwaukee, Wisconsin — Served as principle engineer for the abatement of the former YMCA building adjacent to the Marquette campus. The project involved the selective abatement of asbestos-containing materials for the renovation of the 18-story tower for resident housing. The abatement plan included numerous engineering controls and a detailed monitoring program as abatement occurred while the building was occupied. Kenosha Unified School District No. 1; Wisconsin — Served as principle engineer on asbestos related issues for the District since 1988. Projects have included performing asbestos inspections on school owned properties, preparation of project designs and project management, air sampling, and analysis during abatement. Federal Bureau of Prisons, Oxford Correctional Institution; Oxford, Wisconsin — Served as the principle engineer for the asbestos inspection and preparation of management plans. The project also included the development of a comprehensive asbestos management computer database system. Representative Environmental Assessment/Remediation Project Experience i Clark Square Redevelopment - Served as project manager and principle engineer during development of the project that involved the redevelopment of a four city [ block parcel. A total of 20 underground storage tanks with numerous contaminate I' plumes were removed from the property. Several remedial technologies were utilized to remediate the site and obtain closure. Froedtert Medical Clinic - Served as project manager responsible for the environmental investigation and remedial design and management for redevelopment of the site. The project included removal and off-site treatment of over 6,000 yards of contaminated soils and the remediation of groundwater through natural attenuation. State Fair Union 76 - Served as project manager and principle engineer responsible for the environmental investigation and remedial design and management of an operating service station. The remedial plan included removal and off-site treatment File Name:BamdtD.doc Revised:0312010 David M. Barndt, PE Senior Vice President Pewaukee, Wisconsin Page 5 of 5 of soils, and installation of a soil vapor extraction system to remediate inaccessible soils adjacent to buildings and within right-of-ways. Milwaukee County; Wisconsin - Served as project manager and principle engineer on numerous projects. Projects have included initial Phase I environmental and asbestos assessments in relation to property transfers or acquisitions through comprehensive remedial investigations, design and management for building demolition, and redevelopment projects. i i i i File Name:BarndtD.doc Revised:03/2010 i C James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Year started with PSI: 1992 Years experience with other firms: 22 i Education Bachelor of Science in Civil Engineering; Michigan Technological University, Houghton, MI; 1986 Certifications/Registrations/Technical 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 1910 Course ■ "Petroleum Hydrocarbon & Organic Chemicals in Groundwater: Prevention, Detection and Restoration" • "Mold Seminar" ■ "Renewable Sources of Energy—Wind Power" ■ "Constructed Wetlands— Basic Concepts" ■ "Wetland Delineation I —The Basics" • Geotechnical and Materials: ■ "Fundamentals of Shallow Foundation Design" ■ "Deep Foundation Exploration and Design" ■ "Retaining Wall Design- I" ■ "Retaining Wall Design- II" ■ "Ethical Decision Making for Engineers" ■ "Riprap Design" • "Excavation Safety and Shoring" ■ "Storm water Management—An Introduction" ■ "Advanced Storm water Treatment— Design" • "Slope Stability" • "Design of Sheet Pile Walls" • "Geotechnical Properties of Marine Calcareous Soils" ■ "Drilling and Sampling of Soil and Rock" • "Ethical Decision Making for Engineers" Professional Experience Mr. Becco is the Vice President of PSI's operations throughout Wisconsin, including offices in Waukesha, Ripon, Green Bay, Menasha, and Chippewa Falls. In this role, Mr. Becco provides overall daily management, technical oversight, and direct supervision to the Branch and District Managers, as well as to their local environmental, geotechnical, and construction services departments. With more than 29 years of experience in Geotechnical Engineering and Environmental Consulting, Mr. Becco has extensive James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Page 2 of 3 knowledge of subsurface conditions and the regulatory framework throughout Wisconsin. He has been involved with numerous projects of varying complexity, including stream and groundwater monitoring, petroleum assessments, solvent (dry cleaner) investigations, and a multitude of geotechnical engineering studies. As a principal client contact, project manager and senior consultant on a wide range of projects, Mr. Becco is also involved in proposal and report preparation, project planning and administration, as well as the coordination and supervision of field staff. Mr. Becco joined PSI in 1986 and worked throughout Wisconsin, Florida and Michigan where he was responsible for overall management, technical and administrative duties of geotechnical and environmental departments, and report preparation, review and technical consultation. He joined Midwest Engineering Services (MES) in January of 1992 as the Department Manager for Environmental Services in the Waukesha, Wisconsin office. He was promoted to the position of Branch Manager in August of 1995, and then to Region Manager overseeing all of MES' five Wisconsin offices in July of 2000. Mr. Becco was responsible for the oversight and direct supervision of each of the branch managers. Mr. Becco also acted as a senior geotechnical and environmental consultant, and a principal engineer for each of the branches. Mr. Becco re-joined PSI in 2014 when MES was acquired by PSI. I 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 I 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 I James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Page 3 of 3 • Lead Engineer/Project Manager— Geotechnical Evaluation, Border to Apple River Substation T-Line Project (Dairyland Power Cooperative), Polk County,Wisconsin ® Lead Engineer/Project Manager— Geotechnical Evaluation, 15+ Substation Projects (WE Energies), State of Wisconsin • Lead Engineer/Project Manager— Geotechnical Evaluation, 15+ Substation Projects (Xcel Energy), Northwestern Wisconsin • Lead Engineer/Project Manager— Geotechnical Evaluation, Forward Wind Project (Invenergy, LLC), Fond du Lac County,Wisconsin ® Lead Engineer/Project Manager—Geotechnical Evaluation, Glacier Hills Wind Project (WE Power, LLC), Columbia County,Wisconsin • Lead Engineer— Preliminary Geotechnical Evaluation, Lancaster Wind Project (Navitas Energy), Stephenson County, Illinois k E PROFESSIONAL RESUME i I JEFFREY L. FISCHER BRANCH MANAGER RIPON, WISCONSIN EDUCATION/SPECIAL TRAINING Bachelor of Science, Geology; University of Wisconsin-Oshkosh Contaminant Hydrogeology; University of Wisconsin-Milwaukee U.S. Department of Labor, Mine Safety and Health Confined Space Entry Training SCBA Certified Nuclear Density Gauge Operation Certification RSO Training and Certification PROFESSIONAL REGISTRATIONS/AFFILIATIONS Qualified Hydrogeologist—Wisconsin Administrative Code Chapter NR 700 PROFESSIONAL EXPERIENCE AND BACKGROUND Mr. Fischer joined Professional Service Industries, Inc. on April 1, 2014, with the purchase of Midwest Engineering Services, Inc. Mr. Fischer worked for Midwest Engineering Services, Inc. when Fischer Environmental was purchased in May, 2001. He has over 27 years of environmental experience and 21 years of construction testing. Mr. Fischer is currently responsible for overseeing all of the Ripon branch operations. His duties include preparation and review of geotechnical, material construction and environmental reports; management of technical personnel; administrative and marketing responsibilities. Mr. Fischer has extensive experience in Chlorinated Solvent Investigations, Phase I environmental site assessments for real estate transfers, underground storage tank assessments, remediation planning, and monitoring and coordination of site clean-up. Prior to his employment at PSI, Mr. Fischer held the position of Branch Manager at MES, and President of Fischer Environmental. His responsibilities included overall management of technical, administrative and marketing for up to four offices in the state of Wisconsin, with over 30 professional and technical personnel. His technical and oversite activities included all aspects of Phase I environmental site assessments, underground storage tank assessments, remediation planning design and monitoring, surveys, geotechnical and construction testing. Before establishing his own consulting firm, (Fischer Environmental), Mr. Fischer was a hydrogeologist and project manager for the Wisconsin Department of Natural Resources. His primary responsibilities were to oversee the investigations, remediations, including active system design and installation on approximately 350 solid and hazardous waste sites throughout the State of Wisconsin. He was involved in the initial development of the Electronic Groundwater Data Submittal System and GIS system while employed by the state of Wisconsin. Jeffrey L. Fischer PAGE TWO Mr. Fischer's professional career began as a project manager in the environmental compliance department of Waste Management, Inc. His responsibilities included field monitoring, environmental site compliance, and regulatory involvement for six (6) solid waste landfills in the state of Wisconsin. SPECIFIC PROJECT MANAGEMENT EXPERIENCE WIND RELATED • Forward Wind Project, Byron, Wisconsin. • Shirley Wind Project, Brown County, Wisconsin • Orion, Manitowoc, Wisconsin • ATC Substations STATE OR GOVERNIENT PROJECTS • University of Wisconsin-Oshkosh Parking Ramp Project, Oshkosh, Wisconsin. • University of Wisconsin Stevens Point University Center Addition, Wisconsin • Wisconsin Motor Vehicle Registration Facility— Fond du Lac, Wisconsin • Drug Rehabilitation Facility Winnebago County—Department of Corrections— Taycheeda, Wisconsin. • Taycheeda Correctional Facility—Department of Corrections, Wisconsin ALTERNA'T'IVE FUEL PROJECTS • Western Wisconsin Energy—Boyceville, Wisconsin • Castle Rock Renewable Fuel LLC—Necedah, Wisconsin • Untied Wisconsin Grain Producers LLC—Friesland, Wisconsin • Untied Ethanol LLC—Milton, Wisconsin • Utica Energy LLC —Utica Wisconsin • Didion Ethanol LLC—Courtland, Wisconsin • Valero Energy Corporation—,Jefferson, Wisconsin • Renew Energy LLC—Oshkosh, Wisconsin ADDITIONAL PROJECTS • Green Lake County Justice Center—Green Lake, Wisconsin • Waupaca County Correctional Facility, Wisconsin • Columbia County Correctional Facility, Wisconsin • Accurate Controls—Ripon, Wisconsin • Rosendale Dairy—Rosendale, Wisconsin • Berlin Hospital - Berlin, Wisconsin • Divine Savior Hospital —Portage, Wisconsin • Clearview Longterm Care Facility—Dodge County, Wisconsin c PROFESSIONAL RESUME DAVIS VOIGHTS SENIOR ENGINEERING TECHNICIAN/PROJECT MANAGER RIPON, WI EDUCATION/SPECIAL TRAINING Bachelor Degree in Arts in Geology with emphasis in Environmental Geochemestry; Lawrence University, Appleton, WI; 2006 PROFESSIONAL EXPERIENCE AND BACKGROUND j Professional Service Industries, Inc.; April 1, 2014 to Present: Mr. Voights joined PSI in April of 2014 with the purchase of Midwest Engineering Services. He responsibilities as a Sr. Field Technician include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, and masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Voights is also responsible for conducting field investigations, project coordination, report preparation for Phase 1 Site Assessments, and asbestos surveys. Midwest Engineering Services, Inc.; 2012 to April 1, 2014: Mr. Voights joined MES in April of 2012 as a Sr. Field Technician - Responsibilities include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Voights is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos Surveys. SELECTED POWER SPECIFIC PROJECT EXPERIENCE i • Sr. Engineering Technician—Construction Quality Control Testing,New Chester Dairy- Grand 4 Marsh, Wisconsin i 0 Sr. Engineering Technician—Construction Quality Control Testing, Police Station- West Bend, Wisconsin ® Sr. Engineering Technician—Construction Quality Control Testing, Calf Source Dairy-De Pere, Wisconsin • Sr. Engineering Technician—Construction Quality Control Testing, Mercury Marine Plants 4-11 and 17- Fond du Lac, Wisconsin • Sr. Engineering Technician- Construction Quality Control Testing, Sargento- Plymouth and Hilbert, Wisconsin DAVIS VOIGHTS PAGE TWO • Sr. Engineering Technician- Construction Quality Control Testing, Fox Valley Technical College- Appleton, Wisconsin • Sr. Engineering Technician- Construction Quality Control Testing, EK Machine-Fall River, Wisconsin • Sr. Engineering Technician-Construction Quality Control Testing, Touchmark- Appleton, Wisconsin • Sr. Engineering Technician- Construction Quality Control Testing, Cove Marine- Princeton, Wisconsin Jacob Barlow Engineering Technician Ripon, Wisconsin Year started with PSI: March 2016 s Years experience with other firms: 4 Education • University of Wisconsin — Platteville — Bachelor in Science, Electrical Engineering • University of Wisconsin — Fox Valley —Associate of Science Continuing Education/Short Courses Construction Material Testing American Concrete Institute Certification-Grade 1 American Concrete Institute Strength Testing Technician Nuclear Density Gauge Operation Training, PSI Professional Experience Over the last year, Mr. Barlow has gained experience testing and inspecting various construction materials in the lab and field. Mr. Barlow has performed ASTM procedures in the lab to determine soil samples maximum density, optimal moisture content, gradation, and atterberg limits. This has enabled him to better recognize different soil characteristics while evaluating soil in the field. While in the field Mr. Barlow has tested and inspected construction materials such as concrete, asphalt, soil, rebar, and piers. Concrete Testing: Mr. Barlow is ACI Certified and is proficient at testing concrete for slump, air content, unit weight, temperature, and compressive strength. Footing/Subgrade Inspection: Mr. Barlow has experience testing and inspecting subgrade soil for footings, slabs, and paved areas under many different environmental and geologic conditions. He is also experience inspecting rebar to ensure that grade, size, spacing, length, cover, and lap splice lengths comply with the construction documents. He also has experienced documenting the installation of many different types of piers and piles to ensure that they were installed to the proper depth and bearing on competent bedrock or suitable soil. Compaction Testing: Mr. Barlow has performed compaction testing for large fill sites, utility installation and roadway projects. He is also experienced and understands compaction testing within utility trenches and trench boxes. I' s Brian Schmid Engineering Tech Ripon, Wisconsin F Year started with PSI: March 2016 Years experience with other firms: 2 Education Berlin High School — General Studies - 2001 Continuing Education/Short Courses Construction Material Testing American Concrete Institute Certification-Grade 1 American Concrete Institute Strength Testing Technician Nuclear Density Gauge Operation Training, PSI Professional Experience Experience Prior to PSI: Mr. Schmid has worked as a Line Coordinator at Mayville Engineering. His duties included supervising employees, reading blueprints, and organizing parts from fabrication. The job also required him to work closely with supervisors, engineers, and various other team members of the plant to enhance production. He also worked as a Cabinet Assembler at CC & R Products. His job duties include assembly of cabinetry, sanding, painting, staining, finish work and installing them in homes and businesses. Mr. Schimd has performed ASTM procedures in the lab to determine soil samples maximum density, optimal moisture content, gradation, and atterberg limits. This has enabled him to better recognize different soil characteristics while evaluating soil in the field. While in the field Mr. Schmid has tested and inspected construction materials such as concrete, asphalt, soil, rebar, and piers. Concrete Testing: Mr. Schmid is ACI Certified and is proficient at testing concrete for slump, air content, unit weight, temperature, and compressive strength. Footing/Subgrade Inspection: Mr. Schmid has experience testing and inspecting subgrade soil for footings, slabs, and paved areas under many different environmental and geologic conditions. He is also experience inspecting rebar to ensure that grade, size, spacing, length, cover, and lap splice lengths comply with the construction documents. He also has experienced documenting the installation of many different types of piers and piles to ensure that they were installed to the proper depth and bearing on competent bedrock or suitable soil. Compaction Testing: Mr. Schmid has performed compaction testing for large fill sites, utility installation and roadway projects. He is also experienced and understands compaction testing within utility trenches and trench boxes. PROFESSIONAL RESUME DAM T. MARTIN STAFF ENGINEER RIPON, WISCONSIN EDUCATION/SPECIAL TRAINING University of Wisconsin-Madison B.S. Civil and Environmental Engineering - 2010 Milwaukee Area Technical College Associates of Science in Liberal Arts - 2005 PROFESSIONAL REGISTRATIONS/AFFILIATIONS • Engineer-In-Training - Wisconsin (2012) • ACI Concrete Field Testing Technician - Grade 1 Certified (2006, 2015) • AutoCAD 2014 utilizing x-ref, blocks, pen tables, plot styles, specified CAD standards, etc. PROFESSIONAL EXPERIENCE AND BACKGROUND Professional Service Industries, Inc.; March 2015: Mr. Martin recently joined PSI in March of 2015 as a Field Technician - Responsibilities include field monitoring and testing of structural fill placement, foundation excavation and subgrade testing, pile and caisson construction, cast in-place concrete, reinforcing steel placement, structural steel bolting, masonry placement. He performs a variety of laboratory tests related to aggregate, asphalt, concrete, mortar, grout, and soils. Mr. Martin is also responsible for conducting field investigations, project coordination, report preparation for Phase I Site Assessments, and asbestos surveys. GEITS Global — Technical Drafter/Designer (April-May 2014): Lead construction and design proposals for renewable, reusable, and recyclable energy projects with Auto CAD 2014 for duration of project with limited supervision. Configured solar panel designs on water basins providing energy for municipalities Tres Rios Consulting Engineers, Inc - Engineer Intern (2007): managed two water utility project designs to remove arsenic and fluoride concentrations from water with use of AutoCAD 2007, produced cost estimates and project bids on forthcoming projects. Produced preliminary to final designs of projects with direct communication of senior engineers Advance Testing Co. - Civil Engineer Co-op (2006): Tested construction sites for varied concrete, soil, and asphalt specifications. Site supervision of concrete and asphalt pours, soil compaction tests with Troxler nuclear density gauge, conducted tests in accordance with ASTM specifications. Established lab analysis and tests on: ' Adam T. Martin soil gradations, cured concrete samples, and steel rebar for accurate representation of field test results i PROFESSIONAL RESUME i I Quin Lenz Staff Geologist Ripon, VVI Office EDUCATION/SPECIAL TRAINING Bachelor of Science in Geology emphasis in hydrology; University of Wisconsin-Oshkosh; 2015 CONTINUING EDUCATION/SHORT COURSES Construction Material Testing American Concrete Institute Certification-Grade l American Concrete Institute Strength Testing Technician Nuclear Density Gauge Operation Training, PSI Radiation Safety Officer, PSI 40 Hour Hazardous Waste Site Worker Initial Training, Lindberg Compliance Services Group, LLC Project Management Certification Program, PSI PROFESSIONAL EXPERIENCE AND BACKGROUND Professional Service Industries, Inc.; August 1, 2014 to Present — Mr. Lenz is a Staff Geologist, with responsibilities including field monitoring and testing of native soils and structural fill. Concrete testing and documentation. Laboratory tests and documentation. Phase I and Phase II Environmental Site Assessments. Geotechnical report writing. Water Sampling. SPECIFIC PROJECT EXPERIENCE • Phase I Environmental Site Assessments, site reconnaissance and site reports — Various sites in Wisconsin • Phase II Environmental Site Assessments, site planning, soil sampling, sample documentation, sample preparation and report documentation — Biolife, Appleton WI; Kraft Foods, Beaver Dam WI; Mach Funeral Home, Fond Du Lac WI; Washington Ave, Madison WI; DGI Phillips WI • Geotechnical Reports - Alliance Laundry Systems Goods Distribution Center WI • Water sampling- Rosendale Dairy WI;New Chester Dairy WI; Ripon Service WI ' r ryi ir. � f a i l Irl r , Ij, old A Completb rything you need from s l � FIF pMgyMp4y�1Ma �, NrMawrwM ` /� y4j�MgMlyljdh 4i �, ;,i t Dl� Mp�MpAy 1N�M 4 U/ � M ����' MyMMjMMgM�MMj shy � � ° i y1 dy 4 �j/ ri i VV RECEIVED I Professional Service Industries, Inc. APR P, 0 2017 CONSTRUCTION TESTING AND ENGINEERING FEES STANDARD FEE SCHEDULE (2017) ENGINEERING SERVICES DEPT O PUBLIC WORKSOSHKOSH, WISCONSIN i Engineering services for on-site monitoring and evaluation, construction materials testing, job site meetings, report preparation and review, and consultation. Staff Engineer or Geologist $75.00/Hour Principal Engineer $100.00/Hour Project Engineer or Geologist $85.00/Hour Principal of Firm $110.00/Hour Administrative $27.00/Hour Auto Cad $45.00/Hour FIELD TESTING SERVICES Technical services for on-site monitoring and testing of materials for earthwork, foundations, concrete, masonry, structural steel, fireproofing, roofing, and pavement construction. Engineering Technician $39.50/Hour Nuclear Density Gauge $40.00/Day Engineering Technician II $44.50/Hour Floor Flatness Gauge $75.00/Da Senior Engineering Technician $51.00/Hour Windsor Probe y Structural Technician $50.00/Day+Probe $125.00/Hour Concrete Cylinder Molds $40.00/box(20) Auto Cadd $45.00/Hours Truck/Trip Charge $45.00/Trip LABORATORY TESTING SERVICES Concrete Compression Test Moisture Content $5.50/Each cylinder cast by PSI $12.00/Each Density with Moisture Content $28.00/Each cylinder cast by other $15.00/Each Organic Content(Loss on Ignition) $28.00/Each trimming Charges $5.00/Each Percent Finer No. 200 $35.00/Each Concrete Core Compression test $30.00/Each Grain size- Mechanical $50.00/Each Aggregate Sieve Analysis $50.00/Each Grain size-Hydrometer $75.00/Each Mortar Cube Compression Test $14.00/Each Atterberg Limits $60.00/Each Grout Cylinder Compression Test $14.00/Each Standard Proctor $135.00/Each CMU Compression Test $30.00/Each Modified Proctor $145.00/Each Asphalt Core Density $25.00/Each California Bearing Ratio $250.00/Each MTSG Test $50.00/Each Permeability, Granular Soil $200.00/Each Asphalt Extraction/Gradation $150.00/Each Permeability, Cohesive Soil $225.00/Each Marshall Density Test $150.00/Each Flexible Wall Permeability $225.00/Each Sample Prep/Remolding $30.00/Each Shelby Tubes $25.00/Each Tube Sample Extraction $15.00/Each REMARKS - Personnel charges will be based on a portal-to-portal basis; a minimum charge of 3 hours will apply for all Field Testing Services. One (1) day advance scheduling is requested for all field testing services. Project Engineer for contract administration, scheduling, report review and consultation will be charged to all reports at a minimum rate of one half hour per report. An overtime multiplier of 1.5 will be used for services performed on Saturday, Sunday or holidays; for work scheduled outside the hours of 7:30 a.m. to 5:00 p.m.; or for more than eight(8) hours per day. The above prices include up to four (4) copies of the report distributed as requested. Payment for invoices will be due within 15 days of receipt of invoice. Interest will be added at a rate of 1 1/2% per month of delinquency. Proposal estimates and verbal quotations will remain valid for 60 days, at which time they may be subject to change or withdrawal. F:\CT\MARKET\CTFS08a.DOC ACI R" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/28/2017 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 endorsement(s). PRODUCER CONTACT Marsh USA Inc. NAME: 500 Dallas Street,Suite 1500 -- PHONE FAX /C No Ext• AIC No): Houston,TX 77002 — -- E-MAIL Attn:Houston.Certs@Marsh.com RECEIVED ADDRESS: INSURERS AFFORDING COVERAGE NAIC# 905863-PPJ-GAWUP-16-17 INSURER A:Zurich American Insurance Company 16535 PROFESSIONAL SERVICE INDUSTRIES,INC. INSURED MAR U INSURER B:Greenwich Insurance Company 22322 608 NORTH STANTON STREET INSURER C:Navigators Insurance Company 42307 RIPON,WI 54971 DEP'1'01' PUBLIC WOR suRER D;XL Specialty Insurance Company i7885 OSHKOSH, W I S C ON S I'INSURER E:American Guarantee&Liability Ins Co 26247 INSURER F COVERAGES CERTIFICATE NUMBER: HOU-002901869-01 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 OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER LTR TYPE OF INSURANCE POLICY NUMBER MM/DDYIYEYYY MM/DO//YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY GL05415693-03 10/0112016 10/01/2017 EACH OCCURRENCE $ 5,000,000 CLAIMS-MADE M OCCUR DAMAGE TO RENTED — PREMISES Ea occurrence $ 100,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 5,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY a JRLOC GENERAL AGGREGATE $ 5,000,000 JECT PRODUCTS-COMP/OP AGG $ 5,000,000 OTHER: $ '.. B AUTOMOBILE LIABILITY RAD9437814 10/01/2016 10/0112017 COMBINED SINGLE LIMIT $ 1,000,000 Ea a.,an,) X ANY AUTO X ALL OWNED SCHEDULED BODILY INJURY(Per person) $ _._... AUTOS AUTOS BODILY INJURY(Per accident) $ X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE AUTOS Per accident $ $ C UMBRELLA LIAB X OCCUR CH16EXR8547521V 10/01/2016 10/01/2017 EACH OCCURRENCE $ 4,000,000 X EXCESS LIAB CLAIMS-MADE 'Excess of Auto and' AGGREGATE $ 4,000,000 DED RETENTION$ 'Employers'Liability $ D WORKERS COMPENSATION RWD3001195(AOS) 10/01/2016 10101/2017 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE I iER D ANY PROPRIETOR/PARTNER/EXECUTIVE YIN RWR3001196(WI) 10/01/2016 10/01/2017 OFFICERIMEMBER EXCLUDED? N/A E.L.EACH ACCIDENT $_ 1,000,000 '.. (Mandatory In and E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under '. DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Excess of General Liability, UC5415694-03 10/01/2016 10/0112017 Each Occurrence 6,000,000 Auto and Employers Liability General Aggregate 6,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re:CITY OF OSHKOSH PSI PROJECT 0092739 City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are Included as additional insured(except as respects all coverage afforded by the Workers'Compensation and Professional Liability policies)as required by written contract. The General Liability coverage applies as primary and noncontributory where required by written contract. Contractual Liability is included in the General Liability subject to the policy terms,conditions and exclusions. COVERAGE FOR XCU IS INCLUDED IN THE ABOVE GENERAL LIABILITY POLICY. CERTIFICATE HOLDER CANCELLATION City of Oshkosh Attn: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215City Clerk THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Avenue PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,Wl 54903-1130 AUTHORIZED REPRESENTATIVE of Marsh USA Inc. John Shahidi �> ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 905863 i' LOC#: Houston q ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY €, NAMED INSURED Marsh USA Inc. PROFESSIONAL SERVICE INDUSTRIES,INC. j POLICY NUMBER 608 NORTH STANTON STREET I RIPON,WI 54971 CARRIER NAIC CODE ADDITIONAL REMARKS EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE:_Certificate of Liability Insurance Professional Liability: Policy P.IPRO206920.01 Cartier:Steadfast Insurance Company-NAIC#26387 Effective Dates:09/30/2016 to 09/30/2017 Limit:$4,293,600 Each Claim/Aggregate SIR:$1,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD i Additional Insured —Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pol, Exp, Date of Pol, Eff. Date of End. Producer No., AWL Prem Return Prem. GLO5415693-03 10/01!2016 1010112017 10/01/2016 14012000 n/a n1a THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Testing Holdings USA, Inc Address(including ZIP Code): 2 Riverway, Suite 500, Houston, TX 77056 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 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-GL-1175-F CW(04113) Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. Page 1 of 2 I? 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: j1. 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-GL-1175-F CW(04113) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission, I Blanket Notification to Others of Cancellation ZURICH or Non-Renewal f Policy No, �Eff,. Date of Pol, Exp, Date of Pol, Eff. Dateof End. Producer No. Add'I, Prem Return Prem. GLO5415693-03 1!2016 10/01/2017 10/01/2016 14012000 n/a n/a THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. If we cancel or non-renew this Coverage Part by written notice to the first Named Insured, we will mail or deliver notification that such Coverage Part has been cancelled or non-renewed to each person or organization shown in a list provided to us by the first Named Insured if you are required by written contact or written agreement to provide such notification. However, such notification will not be mailed or delivered if a conditional notice of renewal has been sent to the first Named Insured. Such list: 1. Must be provided to us prior to cancellation or non-renewal; 2. Must contain the names and addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled or non-renewed; and 3. Must be in an electronic format that is acceptable to us. B. Our notification as described in Paragraph A. of this endorsement will be based on the most recent list in our records as of the date the notice of cancellation or non-renewal is mailed or delivered to the first Named Insured. We will mail or deliver such notification to each person or organization shown in the list: 1. Within seven days of the effective date of the notice of cancellation, if we cancel for non-payment of premium;or 2. At least 30 days prior to the effective date of: a Cancellation,if cancelled for any reason other than nonpayment of premium; or b. Non-renewal, but not including conditional notice of renewal. C. Our mailing or delivery of notification described in Paragraphs A.and B. of this endorsement is intended as a courtesy only. Ourfailure to provide such mailing or delivery will not: 1. Extend the Coverage Part cancellation or non-renewal date; 2. Negate the cancellation or non-renewal; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. D. We are not responsible for the accuracy, integrity,timeliness and validity of information contained in the list provided to us as described in Paragraphs A. and B. of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1521-A CW(10/12) Includes copyrighted material of insurance Services office,Inc„with Its permission, Page 1 of 1 F ENDORSEMENT# This endorsement, effective 12:01 a.m., October 1, 2016 forms a part of Policy No. RAD9437814 issued to PROFESSIONAL SERVICE INDUSTRIES, INC. by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s)or entity(es)according to the notification schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Per the most current schedule Cancellation: maintained by Marsh USA Inc., and 30 Days furnished to XL Catlin Insurance no less than 45 days prior to the effective date of cancellation. All other terms and conditions of the Policy remain unchanged. IXI 405 0910 Page 1 of 1 O 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Endorsement#2 Blanket Notification to Others of Cancellation ZURICH PollcyNo. Eff.Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Addy Prem. Return Prem. IPR0206920.01 September 30,2016 September30,2017 September 30,2016 14012000 Named Insured and Mailing Address: Producer: Professional Services Industries Inc.. Marsh USA Inc 1901 S Meyers Road, Ste 400 500 Dallas Street, One Allen Center Oakbrook Terrace, IL 60181 Suite 1500, Houston, TX 77002 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: Contractor's Protective Professional Indemnity and Liability Insurance Policy In consideration of the premium already charged, it is agreed that the policy is amended as follows: A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium,we will deliver electronic notification that such Coverage Part has been cancelled to each person or organization shown in a Schedule provided to us by the First Named Insured. Such Schedule: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedule may be updated and provided to us by the First Named Insured during the policy period.Such updated Schedule must comply with Paragraphs 2., 3., and 4. above. B. Our delivery of the electronic notification as described in Paragraph A.of this endorsement will be based on the most recent Schedule in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. Delivery of the notification as described in Paragraph A. of this endorsement will be completed as soon as practicable after the effective date of cancellation to the first Named Insured. C. Proof of emailing the electronic notification will be sufficient proof that we have complied with Paragraphs A. and B. of this endorsement. D. Our delivery of electronic notification described in Paragraphs A. and B, of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. E. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedule provided to us as described in Paragraphs A. and B. of this endorsement. STF-CPP-161-A CW (11110) Page 1 of 2 V g ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. i STF-CPP-161-A CW (11110) Page 2 of 2 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 990667 ENDORSENENT# This endorsement,effective 12:O1 a.m., 10-01-2016, forms apart of Policy No. RVVQ3OO1105issued toProfessional Service Industries, Inc. byXLSpecialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |TCAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided undmrthefollowing: VVORKERS' COK8PENSAT|ONAND EKXPLOYER8' L|AB|L|TYINSURANCE POLICY | hnthe event coverage iocancelled for any statutorily permitted reaaon /�herthonnonpayment ofpremium advanced vxh�ennotice wiUbemailed ordelivered hoparenn(o)orenU''y(iae)according bnthe notification ' schedule shown below: Number of Days Name of Person(s)or Entity(ies) Mailing Address: Advanced Notice of Per the most current schedule Cancellation: maintained by Marsh USA Inc.,and 30 furnished to XL Catlin Insurance no less than 45 days prior to the effective date of I cancellation. All othertennomndconditions ofUiePo|iuyremminunchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation ofthe policy.) Endorsement Effective Policy No. RVVD30O1105 Endorsement No Insured Professional Service |nduetrieo . Inc.|n�� Premium Included Insurance Company XLSpecialty Insurance Company Countersigned by VVC8QOG57 | Ed. 12Y10 0 2810){.L.America, Inc. All Rights Reserved. � May not becopied without permission.