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.