Loading...
HomeMy WebLinkAbout36. Engineering Services Agreement- Professional Service Industries Inc.City a� Oshkosh MEMORANDUM TO: Honorable Mayor and Members of the Common Council FROM: Mark A. Rohloff, City Manager DATE: November 22, 2017 RE: Engineering Services Agreement for Subsurface Exploration and Geotechnical Engineering Evaluation for the 2018 Capital Improvement Program (CIP) / Professional Service Industries, Inc. (PSI) ($46,054) The Department of Public Works requested proposals from six (6) geotechnical engineering consulting firms for subsurface exploration, soil classification, geotechnical engineering, and construction recommendations for the proposed 2018 CIP. Soil borings will be completed within the right-of-way for street and utility projects. After a thorough review of the two (2) proposals received, PSI was chosen to perform the services. The work associated with this agreement is anticipated to be complete by the spring of 2018. The cost of these services is estimated not to exceed $46,054 and will be split among the Street Paving, Storm Water, Water, and Sanitary Sewer CIP sections. Funding was budgeted in all four sections of the 2017 CIP. Chapter 12 of the Municipal Code of the City of Oshkosh provides that professional services of a specialized nature, including engineering services, may be procured without the use of formal, sealed quotes. In accordance with Section 12-16 of the Code, I am hereby submitting this report regarding this engineering services agreement. Please contact me if you have any questions concerning this engineering services agreement. MAR/smg 1:\ Engineering \ Soil Borings \ 2018 \ Mark R Memo -PSI Agreement_11-22-17.docx Page 1 of 1 r#��r� ■ Informotxon � �o Build On Engineering * Consulting * Testing PROPOSAL FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2018 Capital Improvement Projects Oshkosh Prepared for: City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 November 13, 2017 PSI Proposal No. PO -0094-227825 FOAKINWIF l�tfan�rrrti� trr'�TnRtrrlrf Circ November 13, 2017 Ms. Laura Jungwirth, P. E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Geotechnical Engineering Services Proposal City of Oshkosh 2018 Capital Improvement Projects PSI Proposal No.: PO -0094-227825 Dear Ms. Jungwirth, Menasha Office 1125 W. Tuckaway Lane, Suite B Menasha, Wisconsin 54952 Professional Service Industries, Inc. (PSI), an Intertek Company, is pleased to submit this proposal to provide geotechnical engineering services for the City of Oshkosh 2018 Capital Improvement Projects. Additional background information is included to provide you with a general overview of our company, as well as demonstrate that PSI has the equipment, experience, and personnel resources to provide quality subsurface exploration and geotechnical engineering services for your 2018 Capital Improvement Projects. We appreciate the opportunity to offer our services. Please call at any time if we can be of assistance. Sincerely yours, PROFESSIONAL SERVICE INDUSTRIES, INC. Patrick Bray, E.I.T. Branch Manager i James M. Becco, P.E. Vice President Professional Service Industries, Inc. • 1125 W. Tuckaway Lane, Suite B • Menasha, WI 54952 • 920-735-1200 • www.psiusa.com Flom�+� Irrfan?rrrli�trr '7''0 Tbffitrld(hi • Consulting • Tes" Menasha Office 1125 W. Tuckaway Lane, Suite B Menasha, Wisconsin 54952 SUBJECT: Proposal for Subsurface Exploration and Geotechnical Engineering Services 2018 Capital Improvement Projects City of Oshkosh, Wisconsin PSI Proposal No. PO -0094-227825 STATEMENT OF INTEREST Professional Service Industries, Inc. (PSI) is pleased to submit this proposal to provide Subsurface Exploration and Geotechnical Engineering Services for the 2018 Capital Improvement Projects in the City of Oshkosh. Professional Service Industries is a privately held corporation that was incorporated in Delaware on June 26, 1972. PSI acquired Midwest Engineering Services, Inc., a Wisconsin corporation, in a stock transaction on March 31, 2014. All Midwest Engineering personnel were retained after the purchase. Within Wisconsin, PSI has five (5) offices located in Waukesha, Ripon, Menasha, Green Bay, and Chippewa Falls. PSI is well -poised geographically to efficiently provide the subsurface exploration and geotechnical engineering services for the City of Oshkosh from this network of branch offices. PSI has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonable cost. We have performed geotechnical services for numerous private development and public works projects throughout Wisconsin, including for the City of Oshkosh 2017 Capitol Improvement Projects. The requested workscope will be performed by our Menasha branch office. Additional company and personnel information is provided in the Statement of Qualifications in Appendix B. Based on the information provided in your November 3, 2017 Request for Proposal (RFP), a brief description of our understanding of the projects and a discussion of the scope of services to be provided are included in the following paragraphs. PROJECT AND SERVICES OVERVIEW It is understood the proposed 2018 Capital Improvement Projects will consist of utility and pavement construction along portions of Oregon Street, Court Street, Otter Avenue, Washington Avenue, Columbia Avenue, Roosevelt Avenue, Minerva Street, Punhoqua Street, Maple Avenue, North Eagle Street, and Buchanan Avenue. A total of 82 soil borings extending to depths ranging from about 10 to 30 feet (1,420 lineal feet) have been requested to provide subsurface information for design of these projects. Based on a site reconnaissance, it is anticipated that L Professional Service Industries, Inc. • 1125 W. Tuckaway Lane, Suite B • Menasha, WI 54952 • 920-735-1200 • www.psiusa.com Proposal for Subsurface Exploration and Geotechnical Engineering Services 2018 Capital Improvement Projects PSI Proposal No.: PO -0094-227825 November 13, 2017 Page 2 traffic control consisting of flagging personnel will be required in some locations. The workscope is divided into twelve (12) contracts. The requested workscope and services to be provided by contract are documented in Scope of Services section of the RFP, provided in Appendix A. Preliminary meetings for boring layout will be coordinated with utility locators and City of Oshkosh personnel to determine the specific soil boring locations. PSI will coordinate planned drilling schedules with City of Oshkosh personnel, for traffic control and environmental issues, as required. As requested, 82 soils borings will be drilled to depths ranging from 10 to 30 feet (1,420 lineal feet), or to auger penetration refusal depths. Drilling without sampling and rock coring at offset locations may be necessary to confirm refusal depths and the presence of bedrock. It is understood the sites are accessible with a standard truck -mounted drill rig. The subsurface exploration will be performed with truck -mounted drill rigs, utilizing continuous flight hollow stem auger to advance the test holes. Soil samples will be secured by the Standard Penetration Test method at 2.5 -ft. intervals throughout the borings. Laboratory visual classification and other testing, as applicable, will be performed to determine the behavioral characteristics of the subsurface materials encountered. Following the completion of drilling activities and groundwater observations, the boreholes will be backfilled with bentonite chips and the surface pavements patched with asphalt or concrete, as needed. The field work will be performed in general accordance with the RFP Scope of Services Requirements, which are included in Appendix A. The results of the subsurface exploration and laboratory testing will be utilized in an engineering evaluation and presented in written reports for each contract, summarizing the soil and groundwater conditions encountered, and provide engineering evaluation in general accordance with the RFP Scope of Services requirements. COST ESTIMATE PSI proposes to perform these services in accordance with the RPF -Proposal Cost Breakdown and PSI's Standard Fee Schedule, both of which are enclosed in Appendix A. A summary of the anticipated cost for the outlined services is the sum of the individual contract totals. An additional cost is included for steam cleaning, rock coring, drilling without sampling, and environmental only drilling, if required. The sum for the requested services will be on the order of $46,054.00. Final compensation will depend upon the actual number and depth of borings drilled and laboratory tests performed. Where an alteration to the workscope may be warranted, or additional services are needed, prior authorization from the client will be obtained, and any additional work will be charged at the unit rates shown on the accompanying Standard Fee Schedule. Proposal for Subsurface Exploration and Geotechnical Engineering Services 2018 Capital Improvement Projects PSI Proposal No.: PO -0094-227825 November 13, 2017 Page 3 AUTHORIZATION PSI will proceed with the work on the basis of written approval. Please provide formal acceptance by having an appropriate party sign in the space below. The return of only the signature page will indicate acceptance of the entire proposal document, including Appendix A and Appendix B. Should you have any questions regarding this proposal, or if we could be of any other assistance, please call at any time. We are looking forward to working with you on this project. Sincerely, PROFESSIONAL SERVICE INDUSTRIES, INC. Patrick Bray, E.I.T. Branch Manager Accepted by: City of Oshkosh Name: Signature: Title: Date: Appendix A: Request for Proposal Information Standard Fee Schedule Insurance Certificate Appendix B: Statement of Qualifications James M. Becco, P.E. Vice President Request for Proposal Information Standard Fee Schedule Insurance Certificate SCOPE OF SERVICES FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2018 CAPITAL IMPROVEMENT PROJECTS 1. The scope of services for this project is to identify subsurface conditions within the depths of various project excavations. The final reports are to provide a summarization of existing pavement and base coarse thicknesses; soil classifications; bedrock depth, if encountered; groundwater levels; and deep utility construction recommendations. Soil samples shall be split and provided to the Environmental Services Consultant for field screening and to identify potential environmentally -impacted soils. Reports shall be prepared in general accordance with normally -accepted geotechnical engineering practices. A total of 82 soil borings are anticipated for the following Capital Improvement projects. A. Oregon Street (Fox River to West 161hAvenue) a. (9) — 30 -ft borings, (3) — 25 -ft borings. b. Pavement type is 1948 Asphalt over Concrete. B. Court Street (Ceape Avenue to Washington Avenue) a. (6) —15 -ft borings. b. Pavement type is 1980 Asphalt over 1913 Concrete with a 2003 sealcoat. C. Otter Avenue (State Street to Broad Street) a. (7) —15 -ft borings. b. Pavement type is 1978 Asphalt over 1910 Concrete. D. Washington Avenue (North Main Street to Broad Street) a. (10) —15 -ft borings. b. Pavement type is 1978 Asphalt over 1931 Concrete. E. Columbia Avenue (Algoma Boulevard to Vinland Street) a. (6) —15 -ft borings. b. Pavement type is 1999 Road Mix Asphalt with a 2006 sealcoat. F. Roosevelt Avenue (Hamilton Street to Crane Street) a. (5) —15 -ft borings. b. Pavement type is 1999 Road Mix Asphalt with a 2006 sealcoat. G. Minerva Street (Columbia Avenue to Linwood Street) a. (4) —15 -ft borings. b. Pavement type is 1999 Road Mix Asphalt with a 2006 sealcoat. H. Punhoqua Street (Maple Avenue to Oshkosh Avenue) a. (2) —25 -ft borings. b. Pavement type is 2004 Road Mix Asphalt. I:AEngineering\Soil Borings\2018\RPP\ Scope of Work_ 11-3-17.docx Page 1 of 6 I. Maple Avenue (North Eagle Street to Punhoqua Street) a. (2) — 25 -ft borings. b. Pavement type is 2004 Road Mix Asphalt. J. North Eagle Street (Maple Avenue to Sawyer Creek) a. Maple Avenue to 150 feet south of Buchanan Avenue 1. (2) —15 -ft borings, (2) — 20 -ft borings. 2. Pavement type is 1996 Concrete. b. 150 feet south of Buchanan Avenue to Sawyer Creek 1. (1) —15 -ft boring. 2. Pavement type is asphalt parking lot. K. Buchanan Avenue (North Eagle Street to Sawyer Creek) a. (3) —15 -ft borings. b. Pavement type is 1998 Road Mix with a 2006 sealcoat. L. Miscellaneous Additional Project(s) a. (5) —15 -ft borings, (5) — 20 -ft borings. b. Miscellaneous borings for any potential project(s) added to the Capital Improvements Plan. M. Environmental -Only Drilling a. (10) —10 -ft borings. b. Environmental -only borings to document extent of potential contamination. 2. The City of Oshkosh will perform the following tasks: A. Provide Geotechnical Services Provider with diagrams/maps indicating general locations and drilling depths of individual borings prior to work commencing. B. Retain services of an Environmental Services Consultant to provide suspect locations for sampling and other pertinent information, prior to drilling. C. Provide Geotechnical Services Provider with an engineering staff member to assist in boring layout. D. Provide Geotechnical Services Provider with final location diagrams with GPS coordinates. E. Provide ground elevations for each boring location for the Geotechnical Services Provider's use in boring log development. F. Set a "Pre -Construction Conference" with the Geotechnical Services Provider prior to starting work. The Environmental Services Consultant shall also be present at this meeting, as well, to discuss any issues and to coordinate the drilling schedule. All communication protocol shall be established at this meeting. 3. The Geotechnical Services Provider will perform the following tasks: A. All items necessary to perform the tasks detailed in this Scope of Services. B. Subsurface Exploration and Reporting a. Mark the borings in the field and coordinate with Digger's Hotline. Re -marking of soil boring locations due to weather will be the responsibility of the Geotechnical Services Provider. I:AEngineering\Soil Borings\2018\RPP\ Scope of Work_ 11-3-17.docx Page 2 of 6 b. Set a meeting for boring layout per street with Environmental Services Consultant, all Digger's Hotline locators, and City of Oshkosh Project Manager. The City Utility locator will NOT mark utilities down the entire street, due to the length of time this will take. The Geotechnical Services Provider shall provide a mark point and the City Utility locator will locate within a designated radius (approximately 25') around the specific boring locations. c. Coordinate with the City of Oshkosh Project Manager and Environmental Services Consultant Project Manager on drilling schedule and provide three (3) day notice of the onsite boring layout meeting. d. The Geotechnical Services Provider will provide the City Project Manager and Environmental Services Consultant Project Manager with e-mails daily, identifying which borings they intend to complete each day. e. All streets are to remain open to traffic. The Geotechnical Services Provider will be responsible for furnishing all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. f. If a particular boring cannot be accessed during drilling operations, the Geotechnical Services Provider shall work with the City of Oshkosh on a revised location. g. Follow standard geotechnical practices for subsurface sampling, borehole abandonment, and laboratory testing. h. Perform standard geotechnical sampling with 1.5' split -spoon samples, spaced 1' (vertically) apart, starting at an even point below the pavement (i.e. 1'). Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field and returned to the laboratory for further examination and testing. The Environmental Services Consultant shall be provided split - spoon samples of all soil boring samples. i. If refusal is reached prior to the indicated drilling depth, contact the City of Oshkosh immediately and locate an additional boring in the same vicinity. If this boring also has refusal at a depth similar to the initial boring, a collaborative decision will be made to determine whether or not rock coring is necessary. Boring lengths are selected based on the depths of the proposed utilities; therefore, accurate identification of material type down to the indicated depth is necessary. Due to the depths of the proposed utilities and material type in Oshkosh, the Geotechnical Services Provider is required to anticipate hard drilling throughout. j. Soil parameters for pavement design are not being requested at this time. Any laboratory testing is at the discretion of the Geotechnical Services Provider in order to provide services as detailed herein. At a minimum, moisture contents and unconfined compressive strengths should be noted on the soil boring diagrams. k. Pavement shall be restored in-kind. It is the Geotechnical Services Provider's responsibility to know current pavement type. 1. Groundwater elevations shall be estimated for every borehole. C. Field Coordination and Environmental a. The Environmental Services Consultant will prepare and provide a "quick reference guide" for use by the Geotechnical Services Provider to provide additional information as to what types of environmental impacts may be encountered. Should the Geotechnical I:AEngineering\Soil Borings\2018\RPP\ Scope of Work_ 11-3-17.docx Page 3 of 6 Services Provider encounter something they suspect is impacted, they shall notify the City Project Manager and the Environmental Services Consultant Project Manager immediately. b. Representative soil samples are to be obtained in the borings using split barrel techniques. Soil samples are then to be sealed immediately in the field. Split samples are to remain cool until PID readings are taken by the Environmental Services Consultant. c. Split samples shall be provided to the Environmental Services Consultant during drilling operations. D. Reporting Requirements a. Project Overview. b. Field Procedures. c. Laboratory Procedures. d. Exploration Results (broken down by street). e. Considerations and Recommendations 1. Recommendations for deep sanitary sewer construction are requested (i.e. slope stability and dewatering). 2. Other information as appropriate. f. General Qualifications. g. Individual Soil Boring Logs. h. Soil Boring Location Diagram. i. Summary Table (separate table for each street) 1. Boring Identification. 2. Boring Depth (proposed and actual). 3. Pavement Thickness. 4. Base Coarse Thickness. 5. Fill Thickness. 6. Depth of Bedrock or Refusal, if present. 4. Project Deliverables A. Schedule of Project Deliverables 1. Oregon Street report due December 28, 2017. 2. Court Street, Otter Avenue and Washington Avenue report due January 19, 2018. 3. Columbia Avenue, Roosevelt Avenue, Minerva Street, Punhoqua Street, Maple Avenue, North Eagle Street, and Buchanan Avenue report due March 16, 2018. B. Drilling can be completed at the Geotechnical Services Provider's convenience, with the exception of the dates listed in this paragraph, as long as the reports are submitted no later than their respective due dates. There shall be no work occurring on December 2nd within Court Street, Otter Avenue and Washington Avenue, due to a previously scheduled event. 5. Proposal Cost Breakdown A. Boring Layout 1. Cost to include coordination with Diggers Hotline, Utility Locators, and the City of Oshkosh Project Manager. 2. Cost to include laying out and marking the borings in the field. B. Mobilization/Daily Travel/Traffic Control for drilling (lump sum) I:AEngineering\Soil Borings\2018\RPP\ Scope of Work_ 11-3-17.docx Page 4 of 6 1. Additional payment for mobilization/daily travel/traffic control will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. C. Soil Borings (per foot) 1. Cost to include proper borehole abandonment and street patching. 2. Cost to include providing cooled split samples to Environmental Services Consultant twice daily. 3. Unit cost will also be used for additional drilling, if needed. The Miscellaneous Additional Project(s) will be handled on a contingency basis, and are not guaranteed. 4. A contingency amount is added to the proposal cost breakdown sheets attached. 5. Anticipate hard drilling throughout the depths of the borings in this cost. A hard drilling surcharge, once the contract has been awarded, will not be approved. D. Project Engineering and Reporting (lump sum) 1. Additional payment for project engineering and reporting will not be considered if the total footage of drilling, including the contingency amount, is not exceeded. E. Steam cleaning costs will be handled on a contingency basis. If drilling in areas of known contamination, steam cleaning is likely to be required. Steam cleaning shall be completed at the City of Oshkosh Wastewater Treatment Plant in the sweeper dump upon prior authorization by the City Project Manager. Do not cross contaminate samples. F. Rock coring will be handled on a contingency basis. Quantities are not guaranteed. Be prepared to rock core on a daily basis. G. Blind drilling will be handled on a contingency basis. Quantities are not guaranteed. One possible example where blind drilling might be used is if a boring hits refusal prior to the indicated depth. Another boring would then be located a few feet away and blind drilled to the initial refusal depth. H. Environmental -only drilling will be handled on a contingency basis. Quantities are not guaranteed. Geotechnical information (e.g., blow counts, geotechnical laboratory analysis, etc.) will not be required for these soil borings. The Environmental Services Consultant must be present during these borings to gather soil information, screen soils at regular intervals, and collect samples for environmental laboratory analysis, as needed. I. Provide general rate sheets for items not covered in this Scope of Services. 6. Additional Information A. All work shall be performed by qualified personnel under the supervision of a Registered Professional Engineer in the State of Wisconsin. Reports shall bear the certificate and seal of said Professional Engineer. ASTM or other recognized standard test methods and soil classifications used in preparation of the reports shall be identified. The Geotechnical Services Provider shall take all necessary precautions to prevent damage to all adjacent property. The site is to be restored upon completion of drilling to its existing condition, including backfilling of borings and patching of slabs and pavements. The City of Oshkosh is not responsible for the cost of repair or replacement of any drilling equipment utilized on this project due to difficult or adverse subsurface conditions. B. The entire soil profile is required from the surface to the indicated depth. C. Additional geotechnical recommendations may be required for the structural design of storm water junction chambers. Payment for these extra services will be negotiated at a later date, if necessary. I:AEngineering\Soil Borings\2018\RPP\ Scope of Work_ 11-3-17.docx Page 5 of 6 D. The number of borings and depths are subject to change. Additional street borings or pond projects may be added to this agreement, or borings/work may be deleted at any time. E. It is the Geotechnical Services Provider's responsibility to locate a dump site. The City of Oshkosh will not provide a location to dump the material for non -impacted soil borings. Impacted soil borings will be containerized in drums and relocated to a dump site selected by the City of Oshkosh Project Manager. F. This agreement will be per the City of Oshkosh Agreement form only; unless the Geotechnical Services Provider has a previously approved services agreement on file with the City of Oshkosh. A sample agreement form is attached. The Geotechnical Services Provider's standard or general services agreement language will NOT apply. I:AEngineering\Soil Borings\2018\RPP\ Scope of Work_ 11-3-17.docx Page 6 of 6 PROPOSAL COST BREAKDOWN FOR SUBSURFACE EXPLORATION AND GEOTECHNICAL ENGINEERING SERVICES 2018 CAPITAL IMPROVEMENT PROJECTS OREGON STREET (FOX RIVER TO WEST 16TH AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE QTY. 1. Boring Layout Lump Sum 1 $ 625.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 775.00 3. Soil Borings Feet 345 $ 13.95 $ 4,812.75 4. Project Engineering and Lump Reporting Sum 1 $ 2,500.00 $ 2,500.00 SUBTOTAL OREGON STREET $ 8,712.75 PRICE BID TOTAL $ 625.00 $ 775.00 COURT STREET (CEAPE AVENUE TO WASHINGTON AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE QTY. 1. Boring Layout Lump Sum 1 $ 175.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 200.00 3. Soil Borings Feet 90 $ 13.95 4. Project Engineering and Lump Reporting Sum 1 $ 650.00 SUBTOTAL COURT STREET I: A Engineering\ Soil Borings\ 2018\ RPP \ Proposal Cost Breakdown_11-3-17.doc PRICE BID TOTAL $ 175.00 $ 200.00 $ 1,255.50 $ 650.00 $ 2,280.50 Page 1 of 7 OTTER AVENUE (STATE STREET TO BROAD STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE QTY. 1. Boring Layout Lump Sum 1 $ 200.00 1 $ 2. Mobilization/Daily Travel/Traffic Lump 275.00 Control Sum 1 $ 225.00 3. Soil Borings Feet 105 $ 13.95 1 $ 4. Project Engineering and Lump 325.00 Reporting Sum 1 $ 775.00 SUBTOTAL OTTER AVENUE PRICE BID TOTAL $ 200.00 $ 225.00 $ 1,464.75 $ 775.00 $ 2,664.75 WASHINGTON AVENUE (NORTH MAIN STREET TO BROAD STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 275.00 $ 275.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 325.00 $ 325.00 3. Soil Borings Feet 150 $ 13.95 $ 2,092.50 4. Project Engineering and Lump Reporting Sum 1 $ 1,075.00 $ 1,075.00 SUBTOTAL WASHINGTON AVENUE $ 3,767.50 I:AEngineering\Soil Borings\2018\RPP\ Proposal Cost Breakdown _11-3-17.doc Page 2 of 7 COLUMBIA AVENUE (ALGOMA BOULEVARD TO VINLAND STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 175.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 200.00 3. Soil Borings Feet 90 $ 13.95 4. Project Engineering and Lump Reporting Sum 1 $ 650.00 $ 175.00 $ 200.00 $ 1,255.50 $ 650.00 SUBTOTAL COLUMBIA AVENUE $ 2,280.50 ROOSEVELT AVENUE (HAMILTON STREET TO CRANE STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 150.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 150.00 3. Soil Borings Feet 75 $ 13.95 4. Project Engineering and Lump $ 150.00 $ 150.00 $ 1,046.25 Reporting Sum 1 $ 550.00 $ 550.00 SUBTOTAL ROOSEVELT AVENUE $ 1,896.25 I:AEngineering\Soil Borings\2018\RPP\ Proposal Cost Breakdown _11-3-17.doc Page 3 of 7 MINERVA STREET (COLUMBIA AVENUE TO LINWOOD STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE QTY. 1. Boring Layout Lump Sum 1 $ 100.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 125.00 3. Soil Borings Feet 60 $ 13.95 4. Project Engineering and Lump Reporting Sum 1 $ 425.00 PRICE BID TOTAL $ 100.00 $ 125.00 $ 837.00 $ 425.00 SUBTOTAL MINERVA STREET $ 1,487.00 PUNHOQUA STREET (MAPLE AVENUE TO OSHKOSH AVENUE) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 100.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 125.00 3. Soil Borings Feet 50 $ 13.95 4. Project Engineering and Lump $ 100.00 $ 125.00 $ 697.50 Reporting Sum 1 $ 375.00 $ 375.00 SUBTOTAL PUNHOQUA STREET $ 1,297.50 I:AEngineering\Soil Borings\2018\RPP\ Proposal Cost Breakdown _11-3-17.doc Page 4of 7 MAPLE AVENUE (NORTH EAGLE STREET TO PUNHOQUA STREET) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE QTY. 1. Boring Layout Lump UNIT EST. BID UNIT PRICE Sum 1 $ 100.00 2. Mobilization/Daily Travel/Traffic Lump QTY. Control Sum 1 $ 125.00 3. Soil Borings Feet 50 $ 13.95 4. Project Engineering and Lump Reporting Sum 1 $ 375.00 SUBTOTAL MAPLE AVENUE PRICE BID TOTAL $ 100.00 $ 125.00 $ 697.50 $ 375.00 $ 1,297.50 NORTH EAGLE STREET (MAPLE AVENUE TO SAWYER CREEK) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Lump Sum 1 $ 150.00 $ 150.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 200.00 $ 200.00 3. Soil Borings Feet 85 $ 13.95 $ 1,185.75 4. Project Engineering and Lump Reporting Sum 1 $ 625.00 $ 625.00 SUBTOTAL NORTH EAGLE STREET $ 2,160.75 I:AEngineering\Soil Borings\2018\RPP\ Proposal Cost Breakdown _11-3-17.doc Page 5 of 7 BUCHANAN AVENUE (NORTH EAGLE STREET TO SAWYER CREEK) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE QTY. 1. Boring Layout Lump Sum 1 $ 75.00 2. Mobilization/Daily Travel/Traffic Lump Control Sum 1 $ 100.00 3. Soil Borings Feet 45 $ 13.95 4. Project Engineering and Lump Reporting Sum 1 $ 325.00 PRICE BID TOTAL $ 75.00 $ 100.00 $ 627.75 $ 325.00 SUBTOTAL BUCHANAN AVENUE $ 1,127.75 MISCELLANEOUS ADDITIONAL PROJECT(S) ITEM DESCRIPTION UNIT EST. BID UNIT PRICE PRICE BID TOTAL QTY. 1. Boring Layout Per Bore 10 $ 50.00 2. Mobilization/Daily Travel/Traffic Per Control Bore 10 $ 50.00 3. Soil Borings Feet 175 $ 13.95 4. Project Engineering and Per $ 500.00 $ 500.00 $ 2,441.25 Reporting Bore 10 $ 150.00 $ 1,500.00 SUBTOTAL MISCELLANEOUS PROJECT(S) $ 4,941.25 I:AEngineering\Soil Borings\2018\RPP\ Proposal Cost Breakdown _11-3-17.doc Page 6 of 7 MISCELLANEOUS/UNDISTRIBUTED ITEMS STEAM CLEANING OF DRILLING EQUIPMENT (UNIT COST $ 100.00 ) X 7 TIMES = $ 700.00 ROCK CORING (UNIT COST $ 75.00 ) X 100 FEET = $ 7,500.00 SOIL BORINGS (UNIT COST $ 13.95 ) X 100 FEET = $ 1,395.00 BLIND DRILLING (UNIT COST $ 9.00 _) X 100 FEET= $ 900.00 ENVIRONMENTAL -ONLY DRILLING (UNIT COST $ 13.95 ) X 100 FEET= $ 1,395.00 DRUMS FOR IMPACTED SOIL, INCLUDING RELOCATION TO CITY PROPERTY (UNIT COST $ 50.00 ) X 5 DRUMS= $ 250.00 TOTAL PROPOSAL COST $ 46,054.00 I:AEngineering\Soil Borings\2018\RPP\ Proposal Cost Breakdown _11-3-17.doc Page 7 of 7 PROFESSIONAL SERVICE INDUSTRIES, INC. GEOTECHNICAL SERVICES STANDARD FEE SCHEDULE ENGINEERING SERVICES Engineering & Technical services for site reconnaissance, boring locations, field supervision, water level measurements & sampling, engineering evaluation, analysis & consultation. Staff Engineer or Geologist $75.00 Per Hour Sr. Engineering Technician $50.00 Per Hour Project Engineer or Geologist $85.00 Per Hour Engineering Technician $40.00 Per Hour Principal Engineer or Geologist $100.00 Per Hour Secretarial Services $25.00 Per Hour Principal of Firm $110.00 Per Hour FIELD SERVICES Mobilization of Drilling Equip. $3.00 Per Mile ($450.00 Minimum) Boring Layout $90.00 Per Hour Support Vehicle $0.55 Per Mile (Min. $85.00 Per Day) Standby & Problem Access Time $150.00 Per Hour All -terrain Drill Rig $750.00 Per Day 2 -Man Crew Per Diem $200.00 Per Day Soil Drilling with Split -spoon (ASTM D-1586) or Shelby Tube (ASTM D-1587) sampling at 5 -foot intervals: Depth Range Unit Charges Per Foot, Unit Charges Per Foot Extra SS or ST Samples $35.00 Per Test 31/4", 4 % " I.D. Auger 61/4" I.D. Auger $85.00 Per Test Permeability, Rigid Wall Easy Drilling* Hard Drilling** Easy Drilling* Hard Drilling** Shelby Tube sample preparation/remolding 0 - 25 ft. $11.00 $13.00 $14.00 $16.00 $10.50 25-50 $13.00 $15.00 $16.00 $18.00 $14.00 50-75 $16.00 $18.50 $20.00 $22.00 $17.50 75-100 $18.00 $22.00 $24.50 $28.00 $22.50 * N -count of 40 blows or less, or Qu or Qp less than 4 tsf ** N -count greater than 40 blows, or Qu or Qp greater than 4 tsf Drilling with 12-1/4 " I.D. Auger will be quoted upon request. Auger Drilling without sampling $9.00 Per Foot Shelby Tubes, 3" diameter Rock Coring with Diamond Bit $75.00 Per Foot DOT 55 -Gallon Drums - Soil Cuttings Rock Boring with 3" Roller Bit $45.00 Per Foot Drilling mud, as needed Rock Coring & Boring Set-up Charge $350.00 Per Hole Pavement Cold -Patch at boreholes LABORATORY TESTING Visual Engineering Classification Hand Penetrometer Test Moisture Content Test Organic Content Test Density Determination with Moisture Content Atterberg Limits Determination Grain Size Analysis, Sieve Grain Size Analysis, Sieve & Hydrometer Moisture Density Relationship Standard Method, ASTM D-698 Modified Method, ASTM D-1557 REMARKS $4.00 Per Test Unconfined compression tests, $4.00 Per Test remac $5.00 Per Test without stress -strain curve $35.00 Per Test with stress -strain curve $30.00 Per Test California Bearing Ratio (CBR) $85.00 Per Test Permeability, Rigid Wall $65.00 Per Test Permeability, Flexible Wall $95.00 Per Test Shelby Tube sample preparation/remolding $150.00 Per Test $175.00 Per Test $40.00 Each $60.00 Each $3.00 Per Foot $25.00 Per Hole $5.00 Per Test $30.00 Per Test $45.00 Per Test $250.00 Per Test $250.00 Per Test $300.00 Per Test $40.00 Per Tube Charges for monitoring well installation, analytical testing services, and special equipment or sampling techniques not included herein, will be quoted upon request. Rental equipment & commercial transportation charges will be billed at cost plus 20%. A per diem charge of $100.00/day per person will be billed as applicable. Invoices will be submitted monthly, with payment due within 30 days of invoice date. Interest will be added at a rate of 11/2% per month of delinquency. Proposal estimates & verbal quotations will remain valid for 60 days, at which time they may be subject to change or withdrawal. A��ROr CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDrYYYY) 1111312017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE: POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the Certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL ENSURED provisions or 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). PRODUCERNTA CT Marsh USA Inc. NAM 500 Dallas Street, Suite 1500 PHONE FAX [A/C. No. Ext]: Houston. TX 77002 E-h6AIL Attn: Houston.Cens@Maish.com DDRE - INSURER(IS) AFFORDING COVERAGE NAICM INSURER A : Zurich American Insurance Company 16535 905863-P51-PrP6`-17-18 INSURED PROFESSIONAL SERVICE INDUSTRIES, INC. INSURER B : Greenwich Insurance Company 22322 INSURER C: American Guarantee & Liability Ins Co 26247 1125 W. TUCKAWAY LANE, SUITE B MENASHA, WI 54952 GENERAL AGGREGATE S 5, moa INSURER O: XL ftecialt Insurance Company 37885 INSURER E: Navi at rs Insurance Company 42307 INSURER F COVERAGES CERTIFICATE NUMBER: HOU-003356474-01 RrVISInN N1IMRFR• 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL'SUBR POLICY EFF POLICY EXP LTR POLICYNUMBER MMIDDrYYYY MNIIDDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR Oshkosh, W1 54903.1130 GLO541569304 10/31/2017 1010112018 EACH OCCURRENCE $ 5,000,000 AMR T PREMISES Ea occurrence S 100,000 MED EXP (Any one person) $ 5,000 _ - PERSONAL BADV INJURY S GEN'. AGGREGATE LIMIT APPLIES PER POLICY PRO - ECT ❑ LOC GENERAL AGGREGATE S 5, moa PRODUCTS • COMWOP AGG 5 5, 0,040 S OTHER- AUTOMOSILELiABIUTY RAD943781301 101(1112017 10 112018 COMBINEDSINGLE LIMIT .� 1000000 Ea accident X ANY AUTO BODILY INJURY (Parpersan) S X OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY P (Per aWderrt) $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ ®r accldan4 X uMeRELLA uat3 X or CUR AUC5415694D4 1041112017 1010112018 EACH t7GCURRENCE S 6,000,000 EXCESS LIAB CLAIMS -MADE Excess of General Liability AGGREGATE S 6,000,000 DED RETENTIONS $ Auto and Employers Liability D WORKERS COMPENSATION D AND EMPLOYERS' LIABILITY YIN ANYPROFRIE70RIPARTNEWEXI=CUTIVE OFFIC€RFMEMBEREXCLUDED? O NIA RWD300119301 (AOS) RWR300119401 ( WI - IOMI12017 1010112017 10101/2018X 10101,12018 STRTUTE ETH F.L. EACH ACCIDENT s 1,000,000 E.L. DISEASE - EA EMPLOYEES 1,600,00® (MIf andatory in NH) Under r7E34 RIPTIION O OPERATIONS below __ E.L. DISEASE - POLICY LIMIT S 1,500,000. E Excess Liability CH17EXR6547521V 1010112017 10101/2018 Each Cocurrence 4,000,000 Excess of Auto and Employers Llab- General Aggregate 4,D00,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additlonat Remarks Schedule, may pe attached If more spaco is required) RE: Perform 82 soil borings to depths ranging from t0 to 30 feet- A total of 1.420 lineal feet is proposed. City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers included as additional insured (except as respects all coverage afforded by the Workers' Compensation and Professional Liability policies) as required by written conlracL This insurance (except Workers' Compensation and Professional Liability) is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Oshkosh Atlention- Laura JungwiM 215 Church Avenue SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Oshkosh, W1 54903.1130 AUTHORIZED REP RES E NTATI V E of Marsh USA Inc. John Shahidi �+ t @ 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AC[3RLJ0 AGENCY CUSTOMER ID: 905863 Lac #: Houston ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY Marsh USA Inc. NAMED INSURED PROFESSIONAL SERVICE INDUSTRIES, INC. 1125 W, TUWWAY LANE, SUITE B MENASHA. WI 54952 POLICY NUMBER CARRIER NAIL CODE EF'FEC — DATE: L ncrrrnnn0 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liabiln Insurance P mfesslonal liability: Poldcy *: E00O20692002 Carrier. Steadfast Insu lance Company - NAiC #26387 Effective Dates: 09130,12017 t0 09130/2018 Limit: $5.000,000 Each ClaimlAggregate SIR: $1,000.000 Contractor's Pollulion Llabilily Policy #: CPO 16503597 Carrier. AIG Specialty Insurance Company -1 #2$883 Effective Dales: 10101/201 7 - 7 0/011201 8 Limil of Liability: $5,000,000 Coverage A Each Loss $250,000 Coverage B Each Loss $10,000,000 Aggregate Deductible: $100,000 Each Loss AGUIRID 101 (2008101 ) p 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT## This endorsement.. effective 12:01 a.m., October 1, 2017 forms a part of Policy No. RAD9437813-01 issued to TESTING HOLDINGS USA 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(ies) according to the notification schedule shown below: All other terms and conditions of the Policy remain unchanged. IXI 405 0910 Page 1 of 'I C''> 2010 X. L. America, Inc. All Rights Reserved. May not be copied without permission. Number of Days Advanced Name of Person(s) or En#ity(ies) Mailing Address: of Cancellation: Per the most current schedule 30 Days maintained by Marsh USA Inc., and furnished to XI- 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 'I C''> 2010 X. L. America, Inc. All Rights Reserved. May not be copied without permission. Blanket Notification to Others of Cancellation or Noir-renewal 0 ZURICH Policy No, Eff. Date of Poi Exp. Date of Po. Eff Date of en=P rodicer No. Addl. Pre -1 Return Prem. GLO5415693-04 10101/2017 10/01/2018 10/01/2017 14012000 n/a nla 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. 5u ch 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 13. of this endorsement is intended as at courtesy only. Our failure 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 Dist 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 -15 1-A CW (IOil 2) Page 1 of 1 Includes copyrighted ma.erlal of Insurance 5ervees Office, Inc., with its perrnfsslon. WORKERS COMPENSATION ANIS EMPLOYERS LIABILITY INSURANCE POLICY VVC 99 06 57 ENDORSEMENT# This endorsement, effective 12.01 a.m.. 10-01-2017. forms a park of Policy No. RWD3001193-01 issued to Testing Holdings USA Inc. by XL Specialty Insurance Company, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT This endorsement modifies insurance provided under the following: WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY 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{sj or entity(ies) according to the notification schedule shown below: All other terms and conditions of the Policy remain unchanged. 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 of the policy.) Endorsement Effective 10-01-2017 Policy No. RWD3001193-01 Endorsement No. Insured Testing Holdings USA Inc. Premium Included Insurance Company XL Specialty Insurance Company Countersigned by ,.-•- VVC 99 06 57 Ed. 12110 C 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Number of Llays Name of Person(s) or Entity(ies) Mailing Address: Advanced Notice of Cancellation: Per the most current schedule 30 maintained by Marsh USA Inc., and 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. 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 of the policy.) Endorsement Effective 10-01-2017 Policy No. RWD3001193-01 Endorsement No. Insured Testing Holdings USA Inc. Premium Included Insurance Company XL Specialty Insurance Company Countersigned by ,.-•- VVC 99 06 57 Ed. 12110 C 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. Statement of Qualifications op� ■ Infotion I FT0 Budd On Engineerft • Cvnsufiing • Testing STATEMENT OF QUALIFICATIONS GEOTECHNICAL ENGINEERING SERVICES City of Oshkosh 2018 Capital Improvement Projects SUBMITTED TO: City of Oshkosh November 13, 2017 10Ii111l,l ()lr Engrneermg • Consulting • Tesbn'y November 13, 2017 Ms. Laura Jungwirth, P. E. City of Oshkosh Department of Public Works 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 Re: Statement of Qualifications Geotechnical Engineering Services Dear Ms. Jungwirth, Menasha Office 1125 W. Tuckaway Lane, Suite B Menasha, Wisconsin 54952 Professional Service Industries, Inc. (PSI) is pleased to submit this Statement of Qualifications (SOQ) for your review. This information should provide you with a general overview of our company, and demonstrate that PSI has the equipment, experience and personnel resources to provide quality subsurface exploration and geotechnical engineering services for the City of Oshkosh 2018 Capital Improvement Projects. It is our aim to provide: • Prudent and Reliable Engineering Recommendations • Timely Submittal of Reports • Consistent Report Format • Ready Access to Project Engineers and Principals of the Firm • Reasonable Fee Structure We appreciate the opportunity to offer our services. Please call at any time if we can be of assistance. Sincerely yours, PROFESSIONAL SERVICE INDUSTRIES, INC. Patrick Bray, E.I.T. Branch Manager r r James M. Becco, P.E. Vice President Professional Service Industries, Inc. • 1125 W. Tuckaway Lane, Suite B • Menasha, WI 54952 • 920-735-1200 • www.psiusa.com TABLE OF CONTENTS EXECUTIVE SUMMARY PROJECT STAFFING LABORATORY TESTING CAPABILITIES IN-HOUSE DRILLING CAPABILITIES PROJECT EXPERIENCE • Municipal Water/Wastewater Projects • State/County/City Roadway Projects • Subgrade Stabilization Projects • Renewable and Alternate Energy Projects RESUMES OF KEY PERSONNEL EXECUTIVE SUMMARY Professional Service Industries is a privately held corporation that was incorporated in Delaware, June 26, 1972. However, the name was not used in the marketplace until the 1980's. The Company was founded as A&H Materials Testing in 1961 in Champaign -Urbana, Illinois. An additional former name is Pittsburgh Testing Laboratories (1881- 1986). Within Wisconsin, PSI has five (5) offices located at Waukesha, Ripon, Menasha, Green Bay, and Chippewa Falls. PSI is well -poised geographically to efficiently provide the subsurface exploration and geotechnical engineering services for the City of Oshkosh from this network of Branch offices. PSI has the necessary experience, personnel, and equipment resources to complete assignments in a professional manner on a timely basis, at a reasonable cost. PERSONNEL STAFFING PSI's collective Wisconsin staff numbers approximately 100 personnel during peak season, including 17 professional engineers, EITs, and professional geologists, and approximately 60 technical personnel and support staff. Each of our Branch offices is supervised by a Registered �����• �^ Professional Engineer, responsible for over -seeing the day -to-" " day technical and administrative affairs of the Branch office. All engineering reports generated by the Branch offices are reviewed by one of the three senior engineers in our firm. James M. Becco, P.E., Vice President Ted Cera, P.E., Department Manager Daniel B. Anderson, P.E., Department Manager This type of vested interest is one of the key factors affecting our un -matched commitment to client satisfaction. The resumes of these engineers, as well as a selection of key personnel are included in a later section. The company's "Senior Author System," enables PSI to best match our pool of talent to the needs of every project, and provides a degree of consistency in the technical quality of reports. The local presence of qualified professionals throughout the State, coupled with the close scrutiny and assistance given by the seasoned senior staff, together serve to ensure that our clients receive prudent and reliable engineering recommendations, maintaining a keen familiarity with local conditions and typical construction practices. Our senior engineers are readily available to meet with clients to discuss the particulars of any project, adding a personal element to the consulting process. A distribution of professional personnel by Branch location is shown below. Waukesha, Wisconsin Jim Becco, P.E. Dan Anderson, P.E. Larry Raether, P.E. Ted Cera, P.E. Pat Patterson, P.E., P.G. Matt Poehlman, P.E. Brad Broback, P.E. Shelley Hildebrandt, P.G. Mike Rehfeldt, Geologist Ripon, Wisconsin Jeff Fischer, Geologist Green Bay, Wisconsin Cody Williquette Chippewa Falls, Wisconsin Jeff Manninen, E.I.T. Appleton, Wisconsin Patrick Bray, E.I.T Andrew Larsen, Geologist The organizational chart on the following page depicts the staffing arrangements proposed by PSI for the City of Oshkosh 2018 Capital Improvement Projects. ORGANIZATIONAL CHART FOR PROJECT ADMINISTRATION AND IMPLEMENTATION FOR CITY OF OSHKOSH PROJECTS CITY OF OSHKOSH James M. Becco, P.E., V.P. Principal Engineer Patrick Bray Liaison Coordinator Branch Manager Appleton, Wisconsin PSI Drilling PersonnelI I PSI Laboratory Testing I I PSI Engineering Services Personnel Patrick Bray and James Becco will serve as the liaisons between the City of Oshkosh and the PSI field, laboratory and engineering personnel, for project set-up and assignments of work. Mr. Bray will oversee the field and laboratory activities, geotechnical report preparation, and have direct contact with the City of Oshkosh Project Managers for project implementation. PROJECT STAFFING The Appleton/Menasha Branch office will coordinate and perform the requested workscope for the City of Oshkosh projects. The Appleton/Menasha office is managed by Mr. Patrick Bray under direct supervision of Mr. James Becco, a registered professional engineer with 30 years of experience in geotechnical and construction materials testing. Mr. Bray will be the engineer directly overseeing the day-to-day technical services performed for the City of Oshkosh and along with the corporate staff, will be readily available for client meetings. Resumes of some of the key personnel to be used on this project are included herein. Equipment and technical staff from the Appleton/Menasha, Ripon, Green Bay and Waukesha branch offices will be utilized as necessary to meet your project specific needs. LABORATORY TESTING CAPABILITIES PSI branch offices are fully equipped and capable of performing most soil, concrete, and asphalt materials testing procedures. Our laboratory testing is conducted in accordance with ASTM, AASHTO, and WDOT test procedures. The Waukesha lab maintains US Army Corp of Engineers and WDOT accreditations. PSI is capable of providing physical property soil testing including such test procedures as grainsize analysis, Atterberg Limits, modified and standard proctors, CBR, unconfined compressive strength tests and permeability testing. In addition concrete, mortar and grout compressive strength testing, concrete mix design, and asphalt testing. Lime, Cement and Flyash soil stabilization mixture analysis can also be performed in our materials lab. SUMMARY OF LABORATORY TESTING SERVICES AGGREGATE ASTM MORTAR ASTM Sieve Analysis C136 Mortar Compressive Strength C109 Material Finer than No. 200 C117 Mortar Tensile Strength C190 Unit Weight C29 Mortar Air Content C185 Specific Gravity/Absorption C127/128 Mortar Water Retention C91 Soundness C88 Mortar Mix Property Analysis C270 Abrasion C131/535 Mortar Aggregate Testing C144 Organic Impurities C40 Clay Lumps, Friable Particles C142 GROUT Lightweight Pieces C123 Grout Compressive Strength C1019 Aggregate Quality Analysis C33 Grout Mix Property Analysis C476 Grout Aggregate Testing C404 ASPHALT Bulk Specific Gravity/Density D2726 SOILS Percent Air Voids D3203 Water Content D2216 Maximum Theor. Specific Gravity D2041 Organic Content D2974 Extraction/Gradation D2172 Specific Gravity D854 Marshall Stability/Flow D1559 Dry Density D2937 Marshall Mix Design Amount Finer than No. 200 D1140 Bituminous Paving Mix Analysis Grainsize Analysis D422 Bituminous Pavement Core Ana. Atterberg Limit D4318 Bituminous Aggregate Testing Shrinkage Limit D427 Moisture -Density Relationship D698/D1557 CONCRETE California Bearing Ratio D1883 Compressive Strength C39 Unconfined Compressive Strength D2166 Flexural Strength C78 Permeability (Constant Head) D2430 Splitting Tensile Strength C496 Permeability (Falling Head) D5084 Concrete Mix Strength Verification AC1214 Consolidation D2435/D4186 Concrete Mix Strength AC1214 Concrete Aggregate Testing C33 SOIL/LIME AND SOIL FLYASH MIXTURE CONCRETE CORES Moisture Density D558 Compressive Strength C42 Compressive Strength D1633 Unit Weight C642 Bearing Ratio D3668 Chloride Ion Content FHA Mix Analysis Air Content Analysis C457 Petrographic Analysis C856 CONCRETE MASONRY UNITS SPRAYED FIREPROOFING CMU Compressive Strength C140 Thickness/Density E605 CMU Unit Weight/Absorption C140 Masonry Prism Strength E447 Hollow Unit Quality Analysis C90 Solid Unit Quality Analysis C145 IN-HOUSE DRILLING CAPABILITY PSI provides field drilling services from each of our branch office locations for a wide variety of projects. This includes soil borings for conventional geotechnical or environmental sampling and monitoring well installation, by hollow stem auger or rotary drilling techniques. We also perform Pressure -meter testing in house, with our own experienced personnel, utilizing a Menard Type G -Am device. Our drilling crew chiefs have a wide range of experience in a variety of drilling techniques, in various parts of the country. Drilling personnel are typically assigned to projects on the basis of related experience in recognition of specific project tasks. During the initial project planning stage, the project specific needs and activities are reviewed by a senior/project engineer, with the intent of developing the most efficient approach to completing the field activities. The field work is performed by the crew and equipment deemed to be best -suited for that job. PSI is currently operating 7 drill rigs/crews in Wisconsin, including 3 track mounted all -terrain (ATV) units used for sites with difficult access conditions. We function effectively as a company in providing interoffice support and cooperation, able to mobilize the equipment necessary to meet project timing objectives. SUMMARY OF SUBSURFACE EXPLORATION EQUIPMENT 2007 DIEDRICH D-50 All -Terrain Rig 4 -cylinder Turbo -Diesel rig, with 3-1_6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" 1. D. Low ground pressure (<3.5 psi) and high level of maneuverability make this rig suited for your most challenging site. 2001 DIEDRICH D-50 All -Terrain Rig 4 -cylinder Turbo -Diesel rig, with 3-1_6 Moyno pump, mounted on a radio controlled, rubber tracked carrier. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" 1. D. Low ground pressure (<3.5 psi) and high level of maneuverability make this rig suited for your most challenging site. 2000 DIEDRICH D-120 Truck Mounted Rig 1996 DIEDRICH D-120 Truck Mounted Rig 1995 DIEDRICH D-120 Truck Mounted Rig 6 -cylinder John Deere Diesel Engine, 14,500 ft. -Ib torque, with Moyno 3-1-13 pump and 250 gallon water tank. Equipped with Automatic Standard Penetration Test Hammer mounted on a Ford F-800 Diesel Truck. Well-suited for deep hollow stem auger drilling and large diameter monitoring or recovery well installation, and rotary drilling techniques. Utilized to turn auger up to 12-1/4" ID. 1999 DIEDRICH D-50 Truck Mounted Rig 4 -cylinder Turbo -Diesel rig, with 3-1_6 Moyno pump and 250 gallon water tank, mounted on F-700 diesel truck. Utilized for shallow to moderate depth hollow stem and rotary drilling applications, with auger up to 9 1/4" 1. D. 1995 DIEDRICH D-25 Rig Mounted On a 4WD F-350 Small gasoline/Liquid Propane powered skid -mounted rig on a 4WD F-350. Permits work in areas of overhead clearance as low as ten (10) feet. Equipped to perform hollow stem drilling or environmental soil probe sampling (ESP). ESP enables soil, water and soil -gas sampling through a small temporary casing which is driven to eliminate auger cuttings and soil disposal issues. AUGER AND SPECIAL TOOLING • 3 1/4", 4 1/4", 9 1/4" and 12 1/4"I.D. Hollow stem auger • CME 5 ft. Continuous Sampler • NX Core barrels, Tri -cone roller bits, 2 to 6 inch dia. • Hydropunch II Groundwater and Hydrocarbon Sampling Tool • Vane Shear Test with Calibrated Torque Head • 3" Piston Sampler Assembly • In-situ Soil Resistivity Meter Pressure -meter • Menard Type G -AM Municipal Water/Wastewater Projects Project Experience Professional Service Industries, Inc. (PSI) and Midwest Engineering Services, Inc. (MES) have provided professional consulting services including subsurface exploration, field and laboratory testing, and engineering analysis for numerous municipal water and wastewater projects. Listed below are a few of the projects PSI has had the privilege of working on in Wisconsin. James Road Detention Pond -Oshkosh City of Oshkosh Improvement Projects 2012 to 2017 City of Oshkosh Aviation Park Water Transmission Main-Suamico Water Main -Two Rivers Sanitary Sewer/WWTP-Suamico Kiwanis Park Sewer Relay -Sheboygan Wastewater Treatment Plant Expansion- Waupaca Session Street Sewer Expansion- Waupaca Water Main and Sanitary Sewer -Darlington Storm Sewer -Sister Bay Sanitary Sewer, Water and Stormwater Pipelines-Oconto Falls Sanitary Sewer Interceptor and Lift Station -Belleville Sanitary Sewer -Algoma Sanitary Sewer Reconstruction -Wind Lake Water Main Extension-Pewaukee Water Main-Crivitz Sewer Extension-Bonduel Sewer Extension -Black River Sewer Extension -West Bend Sanitary Sewer Relocation -Green Bay Sanitary Sewer Interceptor -Manitowoc Sewage Force Main -Manitowoc Sanitary Sewer and Sewage Force Mains- Mishicot Storm Sewer -Manitowoc Sanitary Sewer -Hobart Sanitary Sewer Relay -Juneau Water Main Extension -Madison Water Main Extension -Sussex Water Main Replacement -Waukesha Pump Station and Utility Lines -Waterford I Transmission Main -Fond du Lac State/County/City Roadway Projects Project Experience Professional Service Industries, Inc. (PSI) has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous new pavement and existing roadway reconstruction projects. PSI has also provided construction quality control testing on many of the projects listed. The following is a list of roadway projects PSI has had the privilege to work on. 2012, 2013, 2014, 2015, 2016, and 2017 City of Oshkosh CIP Projects Oshkosh, Wisconsin STH 145 Road Reconstruction Richfield, Wisconsin STH 164 Reconstruction (1-43 to STH 59) Wisconsin CTH JJ Roadway Reconstruction Outagamie, County County Highway X Waupaca County, Wisconsin County Highway VV Menominee County, Wisconsin Lake Street Town of Menasha, Wisconsin Manitowoc Road Reconstruction Menasha, Wisconsin US Highway 14 Reconstruction La Crosse, Wisconsin County Highway VV Reconstruction Fond du Lac, Wisconsin CTH U Roadway Reconstruction Outagamie, County CTH CB and Oakridge Road Intersections Winnebago, County CTH N Outagamie County, Wisconsin Libal Street Village of Allouez, Wisconsin Holland Road/Kelbe Drive Village of Little Chute, Wisconsin County Highway OK Sheboygan County, Wisconsin Tayco Street City of Menasha, Wisconsin Highways 42/57 Frontage Road Sturgeon Bay, Wisconsin Foote Street Reconstruction Seymour, Wisconsin Helena, Allard, and Erie St. Reconstruction De Pere, Wisconsin Subgrade Stabilization Projects Project Experience Professional Service Industries, Inc. (PSI) has provided professional consulting services, including subsurface exploration, field and laboratory testing, and engineering analysis for numerous pavement and building slab subgrade stabilization projects. PSI has also provided field quality control testing on many of the projects listed. The following is a list of subgrade stabilization projects PSI has had the privilege to work on. STH 32 Road Reconstruction City of Ripon, Wisconsin 194/STH 20 Interchange Racine County, Wisconsin Hall Street Reconstruction City of Ripon, Wisconsin Elm Road Generating Station Oak Creek, Wisconsin Pleasant Prairie Power Plant Pleasant Prairie, Wisconsin Long Lake Estates Subdivision Wind Lake, Wisconsin Generac Building Pad Whitewater, Wisconsin Rockwood Parking Lot East Troy, Wisconsin TR1700E Road Reconstruction Iroquois County, Illinois Meredith Road Reconstruction Kane County, Illinois LaFarge North America Harley Davidson Parts Plant Franklin, Wisconsin City of Franklin Building 10501 Lakeview Park Pleasant Prairie, Wisconsin Home Depot Grafton, Wisconsin Marathon Truck Stop Franklin, Wisconsin James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Year started with PSI: 1992 Years experience with other firms: 22 Education Bachelor of Science in Civil Engineering; Michigan Technological University, Houghton, MI; 1986 Certifications/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. Representative Environmental Consulting Project Experience • Project Manager - More than 300 Circle K and 7 -Eleven C -store and service station upgrades across the State of Florida. Developed and performed or managed environmental assessments, leaking underground storage tank investigations and station upgrade projects. • Project Manager - More than 100 Speedway and Marathon C -store and service station upgrades across the State of Wisconsin, and into northern Illinois. Developed and performed or managed environmental assessments, leaking underground storage tank investigations, and underground storage tank removals. • Project Manager - Evaluation of heavy metals (including chromium and silver), volatile organic compounds, and sulfide/chloride contamination within soil and groundwater at the Photo -Cut facility in Waukesha, Wisconsin. Developed and performed the environmental assessment, including field work, data evaluation, statistical data analysis, and preparation of regulatory closure reports. • Project Manager - Evaluation of contaminants, and of storm water control at the Valley Sand and Gravel quarry in New Berlin, Wisconsin. Developed and managed the environmental assessment. • Project Manager overseeing the performance of Phase I and Phase II Environmental Assessments at numerous Walmart, Lowes, Menards, and Meijer Retail Stores across the State of Wisconsin Representative Power Transmission Project Experience Lead Engineer/Project Manager — Geotechnical Evaluation, 200+ Transmission Line and Substation Projects (Electrical Consultants, Inc. and American Transmission Company), State of Wisconsin James M. Becco, PE Vice President/Principal Engineer Waukesha, Wisconsin Page 3 of 3 • Lead Engineer/Project Manager — Geotechnical Evaluation, Border to Apple River Substation T -Line Project (Dairyland Power Cooperative), Polk County, Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, 15+ Substation Projects (WE Energies), State of Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, 15+ Substation Projects (Xcel Energy), Northwestern Wisconsin • Lead Engineer/Project Manager — Geotechnical Evaluation, Forward Wind Project (Invenergy, LLC), Fond du Lac County, Wisconsin • Lead Engineer/Project Manager— Geotechnical Evaluation, Glacier Hills Wind Project (WE Power, LLC), Columbia County, Wisconsin • Lead Engineer — Preliminary Geotechnical Evaluation, Lancaster Wind Project (Navitas Energy), Stephenson County, Illinois Summary of Qualifications Professional Service Industries, Inc. Patrick J. Bray Branch Manager Appleton, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin - Madison, Civil Engineering, 2012 Professional Registration/Certification Certified Soil Tester (CST) - Wisconsin Continuing Education and Short Courses Construction Materials Testing.- American esting.American Concrete Institute Field Testing Technician - Grade 1 Nuclear Density Gauge Operation Training — Engelhardt and Associates, Inc. Experience and Background Professional Service Industries, Inc. Appleton Wisconsin, April 1, 2014 to present. Mr. Bray was promoted to Branch Manager of the Appleton office in 2014. His responsibilities include overseeing the daily operations of the geotechnical, environmental and construction testing departments; preparation and review of reports; management of field and laboratory personnel; coordination of daily schedules; and administrative and marketing responsibilities. Midwest Engineering Services, Inc. Green Bay, WI, June 2012 to March 2014: Mr. Bray joined MES in June of 2012 upon graduation. As Project Manager in the Green Bay office, Mr. Bray was responsible for the daily management and technical oversight of the Construction Services Department. In addition, he also assisted in the Geotechnical Department by preparing reports and performing drill scheduling. Prior to joining MES, Mr. Bray gained 8 months of experience through a co-op with a consulting engineering firm based in Madison. His responsibilities included laboratory testing, concrete testing, and foundation subgrade evaluations. Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Andrew Larsen Staff Geologist Appleton, Wisconsin Office Education and Special Training Bachelor of Science; University of Wisconsin - Oshkosh, Geology, 2014 Professional Registration/Certification Certified Soil Tester (CST) - Wisconsin Continuing Education and Short Courses Construction Materials Testing.- American esting.American Concrete Institute Field Testing Technician — Grade 1 Nuclear Density Gauge Operation Training — Professional Service Industries, Inc. Experience and Background Professional Service Industries, Inc. Appleton Wisconsin, February 17, 2015 to present. Mr. Larsen was hired by PSI as a Driller's Assistant and promoted to Engineering Technician in June of 2015. His responsibilities included laboratory testing, concrete testing and foundation subgrade evaluations. In May of 2017, Mr. Larsen was promoted to a Staff Geologist. He is responsible for the daily management and technical oversight of the Construction Services Department. In addition, he also assists in the Geotechnical Department by preparing reports and performing drill scheduling. Professional Service Industries, Inc. Summary of Qualifications Professional Service Industries, Inc. Gary Wellner Drill Rig Operator Appleton, Wisconsin Office Education and Special Training High School Diploma; West High School, Waterloo, Iowa Continuing Education and Short Courses OSHA 40 -Hour Hazardous Waste Training Course OSHA 8 -Hour Refresher Courses - Yearly Drilling Safety Procedures — Midwest Engineering Services (MES) Annual Safety Refresher and Monthly Toolbox Meetings — MES Pressuremeter Testing Procedures and Field Demonstration — MES Experience and Background Professional Service Industries, Inc.; Appleton, Wisconsin; April 2014 to Present Mr. Wellner's responsibilities include operating drill rigs for geotechnical and environmental drilling projects, including drilling of landfills and hazardous waste sites. He is experienced in solid and hollow stem boring, mud rotary soil drilling, soil sampling by split -spoon and direct push methods, rock coring, air or mud rotary rock boring, grouting of bore holes, deep hollow stem augering, and monitoring well installation to depths of 150 feet. Additional responsibilities include supervision of drilling activities, monitoring well development and abandonment, boring layout, checking utility locates, and maintenance of field equipment involving engine, hydraulic and electronic systems Midwest Engineering Services, Inc.; Appleton, Wisconsin; 1994 to March 2014 Mr. Wellner's responsibilities included operating drill rigs for geotechnical and environmental drilling projects. His duties included operation of drill rigs, locating utilities, shooting elevations and locating borings. Twin City Testing; Appleton, Wisconsin; 1984 to 1994 Mr. Wellner's responsibilities included drilling sites in the Midwest. His duties included operation of drill rigs, locating utilities, shooting elevations and locating borings. Professional Service Industries, Inc.