HomeMy WebLinkAboutC-8538-1 - PSA for Newport Heights Alleys - Geotechnical ServicesM
C3 PROFESSIONAL SERVICES AGREEMENT
WITH GMU GEOTECHNICAL, INC. FOR
v NEWPORT HEIGHTS ALLEYS — GEOTECHNICAL SERVICES
THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement') is made and
entered into as of this 24th day of January, 2018 ("Effective Date"), by and between the
CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"),
and GMU GEOTECHNICAL, INC., a California corporation ("Consultant'), whose address
is 23241 Arroyo Vista, Rancho Santa Margarita, California 92688, and is made with
reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to provide geotechnical testing and materials
services related to the City's Newport Heights Alley Project ('Project').
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on June 30, 2019, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). City may elect to delete certain Services within the Scope of Services at its
sole discretion.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Consultant shall perform the Services in accordance with the schedule included in
Exhibit A. In the absence of a specific schedule, the Services shall be performed to
completion in a diligent and timely manner. The failure by Consultant to strictly adhere to
the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely
manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of Billing
Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's
compensation for all Work performed in accordance with this Agreement, including all
reimbursable items and subconsultant fees, shall not exceed Sixty Nine Thousand Six
Hundred Ninety Dollars and 00/100 ($69,690.00), without prior written authorization
from City. No billing rate changes shall be made during the term of this Agreement without
the prior written approval of City.
4.2 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
who performed the Work, a brief description of the Services performed and/or the specific
task in the Scope of Services to which it relates, the date the Services were performed,
the number of hours spent on all Work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar
days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Consultant only for those costs or expenses specifically
identified in Exhibit B to this Agreement or specifically approved in writing in advance by
City.
4.4 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
GMU Geotechnical, Inc. Page 2
Compensation for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
S. PROJECT MANAGER
5.1 Consultant shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Roger Schlierkamp to be
its Project Manager. Consultant shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
5.3 If Consultant is performing inspection services for City, the Project Manager
and any other assigned staff shall be equipped with a cellular phone to communicate with
City staff. The Project Manager's cellular phone number shall be provided to City.
This Agreement will be administered by the Public Works Department. City's
Public Works Director or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services required by this Agreement, and that it will
perform all Services in a manner commensurate with community professional standards
and with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances. All Services
shall be performed by qualified and experienced personnel who are not employed by City.
By delivery of completed Work, Consultant certifies that the Work conforms to the
requirements of this Agreement, all applicable federal, state and local laws, and legally
recognized professional standards.
GMU Geotechnical, Inc. Page 3
8.2 Consultant represents and warrants to City that it has, shall obtain, and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
9. HOLD HARMLESS
9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties), from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), and which relate (directly or indirectly) to the
negligence, recklessness, or willful misconduct of the Consultant or its principals, officers,
agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone
employed directly or indirectly by any of them or for whose acts they may be liable, or any
or all of them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the sole
negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in
this indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by the
Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Consultant, except to the extent they are
limited by statute, rule or regulation and the expressed terms of this Agreement. No civil
service status or other right of employment shall accrue to Consultant or its employees.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or any
of Consultant's employees or agents, to be the agents or employees of City. Consultant
shall have the responsibility for and control over the means of performing the Work,
provided that Consultant is in compliance with the terms of this Agreement. Anything in
GMU Geotechnical, Inc. Page 4
this Agreement that may appear to give City the right to direct Consultant as to the details
of the performance of the Work or to exercise a measure of control over Consultant shall
mean only that Consultant shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the term
of this Agreement or for other periods as specified in this Agreement, policies of insurance
of the type, amounts, terms and conditions described in the Insurance Requirements
attached hereto as Exhibit C, and incorporated herein by reference.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Consultant, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or
joint -venture or syndicate or co -tenancy, which shall result in changing the control of
Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Consultant shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
GMU Geotechnical, Inc. Page 5
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise required by law. City is an intended beneficiary of any Work
performed by the subcontractor for purposes of establishing a duty of care between the
subcontractor and City. Except as specifically authorized herein, the Services to be
provided under this Agreement shall not be otherwise assigned, transferred, contracted
or subcontracted out without the prior written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other writing
produced, including but not limited to, websites, blogs, social media accounts and
applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Consultant or any
other party. Additionally, all material posted in cyberspace by Consultant, its officers,
employees, agents and subcontractors, in the course of implementing this Agreement,
shall become the exclusive property of City, and City shall have the sole right to use such
materials in its discretion without further compensation to Consultant or any other party.
Consultant shall, at Consultant's expense, provide such Documents, including all logins
and password information to City upon prior written request.
17.2 Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed Documents for other projects
and any use of incomplete Documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived against Consultant, and City assumes
full responsibility for such changes unless City has given Consultant prior notice and has
received from Consultant written consent for such changes.
17.3 CADD data delivered to City shall include the professional stamp of the
engineer or architect in charge of or responsible for the Work. City agrees that Consultant
shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the
modification or misuse by City, or anyone authorized by City, of CADD data; (b) the
decline of accuracy or readability of CADD data due to inappropriate storage conditions
or duration; or (c) any use by City, or anyone authorized by City, of CADD data for
additions to this Project, for the completion of this Project by others, or for any other
Project, excepting only such use as is authorized, in writing, by Consultant. By
acceptance of CADD data, City agrees to indemnify Consultant for damages and liability
resulting from the modification or misuse of such CADD data. All original drawings shall
be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a
CD, and should comply with the City's digital submission requirements for improvement
plans available from the City's Public Works Department. The City will provide Consultant
with City title sheets as AutoCAD file(s) in .dwg file format. All written documents shall
GMU Geotechnical, Inc. Page 6
be transmitted to City in formats compatible with Microsoft Office and/or viewable with
Adobe Acrobat.
17.4 All improvement and/or construction plans shall be prepared with indelible
waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six
inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to
City 'As -Built' drawings and a copy of digital Computer Aided Design and Drafting
("CADD") and Tagged Image File Format (.tif) files of all final sheets within ninety (90)
days after finalization of the Project. For more detailed requirements, a copy of the City
of Newport Beach Standard Design Requirements is available from the City's Public
Works Department.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
19. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including costs,
contained in Consultant's Documents provided under this Agreement.
20. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Consultant
under this Agreement. All such records and invoices shall be clearly identifiable.
Consultant shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Consultant shall allow
inspection of all Work, data, Documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment to Consultant
under this Agreement.
21. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall not
discontinue Work as a result of such withholding. Consultant shall have an immediate
right to appeal to the City Manager or designee with respect to such disputed sums.
Consultant shall be entitled to receive interest on any withheld sums at the rate of return
GMU Geotechnical, Inc. Page 7
that City earned on its investments during the time period, from the date of withholding of
any amounts found to have been improperly withheld.
22. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would have
resulted if there were not errors or omissions in the Work accomplished by Consultant,
the additional design, construction and/or restoration expense shall be borne by
Consultant. Nothing in this Section is intended to limit City's rights under the law or any
other sections of this Agreement.
23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the Project.
24. CONFLICTS OF INTEREST
24.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Agreement, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
24.2 If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate termination
of this Agreement by City. Consultant shall indemnify and hold harmless City for any and
all claims for damages resulting from Consultant's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: Public Works Director
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
GMU Geotechnical, Inc. Page 8
25.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Roger Schlierkamp
GMU Geotechnical, Inc.
23241 Arroyo Vista
Rancho Santa Margarita, CA 92688
26. CLAIMS
Unless a shorter time is specified elsewhere in this Agreement, before making its
final request for payment under this Agreement, Consultant shall submit to City, in writing,
all claims for compensation under or arising out of this Agreement. Consultant's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Consultant in writing as unsettled at the time of its final request for payment.
Consultant and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Consultant shall be required to file any claim Consultant may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination, Consultant
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. PREVAILING WAGES
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays and
overtime Work for each craft or type of workman needed to execute the Work
contemplated under the Agreement shall be paid to all workmen employed on the Work
GMU Geotechnical, Inc. Page 9
to be done according to the Agreement by the Consultant and any subcontractor. In
accordance with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the Work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the Agreement. A copy of said determination
is available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. The Consultant is required to obtain the
wage determinations from the Department of Industrial Relations and post at the job site
the prevailing rate or per diem wages. It shall be the obligation of the Consultant or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation thereof.
29. STANDARD PROVISIONS
29.1 Recitals. City and Consultant acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Agreement.
29.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator and City.
29.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
29.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
29.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
29.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
29.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
GMU Geotechnical, Inc. Page 10
29.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
29.9 Controlling Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
29.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
29.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
GMU Geotechnical, Inc. Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
CITY ATTORNEY'S OFFICE a California municipal corporation
Date: 1Z Date: ?i5-1
�(i
By: By. r�P jo - 7110
Aaron C. HarpDavid A. Webb
City Attorney
ATTEST:
Date: 2.5119
By: �ri vv�►��
Leilani I. 13rown
City Clerk
Public Works Director
CONSULTANT: GMU Geotechnical, Inc.,
a California corporation
Date:
By:
Gregory P. Silver
Chief Executive Officer/President
Date:
Michael B. Moscrop
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
GMU Geotechnical, Inc. Page 12
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY OFFICE
Date: 0 l r
By: eo) 09�
Aaron C. Harp NMa��36118
City Attorney
ATTEST:
Date:
M
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bv:
David A. Webb
Public Works Director
CONSULTANT: GMU Geotechnical, Inc.,
a Californiy corporation
Date: a 13 1 avIm
� v
By:
Greg P. Si er
Chief Executiv Officer/President
Date: I 30 1
By:
Michael B. Moscrop
Zecretary 1
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
GMU Geotechnical, Inc. Page 12
EXHIBIT A
SCOPE OF SERVICES
GMU Geotechnical, Inc. Page A-1
VW
GEOTECHNICALI
NC.
May 17, 2017
23241 Arroyo Vista
Rancho Santa Margarita
CA 92688
voice: 949.888.6513
fax: 949.888.1380
web: w .gmugeo.conn
Mr. Frank Tran, PE
PUBLIC WORKS DEPARTMENT
CITY OF NEWPORT BEACH
100 Civic Center Drive
Newport Beach, CA 92660 GMU Project No. P-17067
Project: City of Newport Beach —Newport Heights Alley Replacement Project, City
Contract No. C-7028-3
Subject: Proposal to Provide Geotechnical & Materials Testing Services
Dear Mr. Reyes:
GMU Geotechnical (GMU) is pleased to present this proposal to provide geotechnical and
materials testing services for the Newport Heights Alley Replacement Project (C-7028-3) in
Newport Beach, California.
We understand that the project consists of approximately 260,000 square feet of removal of
existing Portland cement concrete ("PCC") and asphalt concrete ("AC"), subgrade preparation,
reconstruction of 6 -inch -thick fiber -reinforced PCC pavement for alleyways, 8 -inch PCC for
drive approaches and cross -gutters, and 4 -inch -thick PCC for sidewalks.
Please note, GMU possesses site familiarity having performed geotechnical and materials testing
services for the Newport Heights Sewer Improvement Project (C-7028-2), which is located within
the same area as the subject project. GMU provided soils compaction testing and observation
services between August 2016 and March 2017 for this project. Based on our work on this project,
we anticipate that the subgrade soil types will likely consist of sandy clay (CL) and clayey sand
(SC) materials with a maximum dry density of approximately 126.0 to 132.5 pcf and an optimum
moisture content of 8 to 10 percent..
GMU operates an in-house Caltrans and AASHTO (American Association of State Highway
and Transportation Officials) Materials Reference Laboratory ("AMR -L") certified materials
testing laboratory. GMU's Senior Engineering Technicians are also certified by Caltrans. These
certifications are presented in Appendix A. Additional information on GMU's qualifications and
capabilities are presented in Appendix B. Select past project summaries are presented in
Appendix C to demonstrate GMU's experience.
We propose to provide geotechnical and materials testing services to monitor that the construction
is performed in accordance with the project specifications.
Mr. Frank Tran, CITY OF NEWPORT BEACH
Proposal — Geotechnical and Materials Testing Services, Newport Heights Alley Replacement (C-7028-3)
SCOPE OF SERVICES
Our services will consist of observation, sampling, and testing of soils and PCC materials.
FIELD OBSERVATION, SAMPLING, AND TESTING
• Soils: Where the native or existing soils are exposed (i.e., curb, spandrel, sidewalk
replacement, or isolated pavement areas), we will perform density and moisture content
tests using a nuclear gauge. Relative compaction be calculated based on the in-place
density and the results of the maximum density laboratory tests conducted accordance
with American Society for Testing and Materials ("ASTM") D 1557.
• PCC Alley Pavement: GMU will fabricate sets of four (4) cylinders and perform
compressive strength testing to verify that the concrete pavement meets its design
strength.
ENGINEERING SUPPORT, SUBMITTAL REVIEWS, FINAL REPORT PREP
• Roger Schlierkamp, Director of Pavement Engineering, will manage and oversee the
geotechnical and material testing aspect of this project. His experience includes
managing several similar past projects as the Quality Assurance Manager and he
possesses a thorough understanding of the construction testing and inspection as it
relates to quality assurance.
• Material submittals (i.e., PCC mix designs, etc.) will be reviewed and
recommendations will be provided with respect to the project requirements.
• A final report will be prepared at the end of the project that consists of all the daily field
memos, laboratory test reports, and relevant certifications.
Our estimated cost is provided in a separate envelope. Please note, our services are provided on
an as -requested basis and in conjunction with the contractor's work schedule. All costs will be
billed for actual work performed on a time -and -material basis in accordance with our fee
schedule. The proposed scope of services is consistent with the level of care and skill ordinarily
exercised by engineering professionals with experience in this area.
7 2 GMU P-17067
Mr. Raymund Reyes, CITY OF NEWPORT BEACH
Proposal — Geotechnical and Materials Testing Services, Newport Heights Alley Replacement (C-7028-3)
Please do not hesitate to call if you have any questions regarding this information
Sincerely,
�oFessioN GMU GEOTECHMCAL, INC.
�, SCHEy ,
cy
C81529
��P Roge . Schlierkamp, MSc, PE
oprkuv Director of Pavement Engineering
David R. Atkinson
Senior Engineer
Rws/P-17067(5/17/17)
May 17, 2017 3 GMU P-17067
Appendix A
Geotechnical and Materials Testing
Certifications
STATE OF CALIFORNIA- BUSINESS, TRANSPORTATION AND HOUSING AGENCY Edmund G. Broom Jr., Govemor
DEPARTMENT OF TRANSPORTATION
District 08 — Materials Engineering
464 W. Fourth Street, 6'^ Floor `� e
San Bernardino, CA 92401-1400
CALTRANS QUALIFIED LABORATORY INSPECTION REPORT
Form TL -0113 (southem IA, 01-06) Expiration date: Apri106, 2018
Inspection by: Ashley R. Shaw
IA No.: 68
Phone: (909)350-9096
File: Materials Category 500
Laboratory: GMU Geotechnical Inc.
Address: 23241 Arroyo Vista
City: Rancho Santa Margarita State: CA
Zip: 92688
Lab Manager: Mike Moscrop a -mail: mmoscropna, gmugeo.com
Phone #: (949)888-6513 Fax #: (949) 888-1380
A certified Independent Assurance (IA) Sampler and Tester visited this laboratory on
April 6, 2017. Only equipment to be used on Caltrans construction projects and/or local
construction projects on the National Highway System projects was checked for qualification.
At the time of Caltrans Qualification, this laboratory had all necessary equipment to perform the
tests methods indicated below. Testing personnel shall be Caltrans Qualified and possess a current
Caltrans Certificate of Proficiency Form TL -0111 prior to performing any sampling or testing.
CT 105 CT 106 CT 125 CT 201 CT 202 CT 204 CT 205 CT 206 CT 207
CT 216 CT 217 CT 226 CT 227 CT 231 CT 301 CT 304 CT 308 CT 309
CT 366 CT 382 CT 504 CT 518 CT 533 CT 539 CT 540 CT 541 CT 556
CT 557
A visual check was performed and documents provided as necessary for the following items:
® Facility Safety Manual
® Laboratory Procedures Manual
® Laboratory Quality Control Manual
® Proper Test Equipment
® Copies of current applicable test procedures
® Calibration and Service Documentation
® Calibration/Service stickers affixed to test equipment
Laboratory Qualification is valid for one year
On April 6, 2017 this laboratory was qualified by: As ley R'Shaw
Southern Region, Independent
a
s
L'
o V,
_0
1w
co
O
x
in
I -D
don
� 00
n
O
p
L
V
Y
� O
N =
=
i
O
a
b V)
•�
Ea•°
•�
Oma}
�}
m
v
o
u _0:
Q
Y
='
O
O
E
•�
p
N
}
O
•�
m a
w
}
c
°
3
3
L
s
v
E
-0
3
d
•�
«�
m
V
>.
L
S c
p
3
0
O
N
V
N
0,
u,
V
c
O
tN
N
L
O
cC
s
Q
O
G
i
o
c
0
O
N
C
o
O
L
s
(D
T £
s
• ,
wi!
�••
C E
_
0O
-
J
O
O
" *E
~
-
L)
a�a
_
O
Q
o
Q
.�
a
m
i
c E
O
V
O 0
V
t
N
Q
O
O
s
s s
=
a
o V,
_0
1w
co
O
x
in
I -D
TL -0I l l (Rev. 07-00)
CALIFORNIA DEPARTMENT OF TRANSPORTATION C*
Caltrans
Presents this
CERTIFICATE OF PROFICIENCY
to
John Villarraga
GMU Geotechnical
who is quaked to perform the following tests:
EXPIRES
105.0
Calculations Pertaining to Gradings & SpG
April 10, 2018
106.0
Definitions of Terms Relating to Specific Gravity
April 10, 2018
201.0
Soil & Aggregate Sample Preparation
April 10, 2018
202.0
Sieve Analysis of Fine & Coarse Aggregates
April 10, 2018
204.0
Plasticity Index of Soils
April 10, 2018
206.0
Specific Gravity & Absorption of Coarse Aggregate
April 10, 2018
207.0
Specific Gravity & Absorption of Fine Aggregate
April 10, 2018
216.0
Relative Compaction, Soils & Aggregates
April 10, 2018
217.0
Sand Equivalent
April 10, 2018
226.0
Determination of Moisture Content by Oven Drying
April 10, 2018
301.0
"R" Value, Soils & Bases (Stabilometer).
April 10, 2018
304.0
Preparation of Bituminous Mixtures for Testing
April 10, 2018
308.0
Bulk SpG & Density of Bituminous Mixtures
April 10, 2018
309.0
Theoretic Max SpG. & Density of Bit. Paving Mixtures
April 10, 2018
366.0
Stabilometer Value
April 10, 2018
382.0
Asphalt Content of Bituminous Mixes, Ignition Method
April 10, 2018
LP05
Treat Binder with Liquid Anti -strip for HMA Mix Design
April 10, 2018
LP06
Treat Damp Aggregate with Dry Lime for HMA Mix Design
April 10, 2018
LP07
Treat Agg with Lime Slurry for HMA Mix Design
April 10, 2018
LP09
HMA Using up to 15% Reclaimed Asphalt Pavement(RAP)
April 10, 2018
for: Jimmy Oladokun, District Materials Engineer
by: U.LTL-0111 Issued : 10 April 2017
Akhley Shaw IA Phone No.: (949) 279-8731
Certified Independent Assurance IA Certificate No.: 068
note: This certificate is valid as long as the Acceptance Tester complies with
applicable requirements in Caltrans Independent Assurance Program Manual.
TL -01 I l (Rev. 07.00)
CALIFORNIA DEPARTMENT OF TRANSPORTATION
Presents this
CERTIFICATE OF PROFICIENCY
to
Tom Radovich
GMU Geotechnical
who is qualified to perform the following tests:
125.0 Sampling Highway Materials & Products - All
216.0 Relative Compaction, Soils & Aggregates
231.0 Relative Compaction of Soils & Aggregates (Nuclear)
533.0 Ball Penetration in Fresh Portland Cement Concrete
539.0 Sampling Freshly Mixed Concrete
540.0 PCC Cylinder Fabrication
556.0 Slump of Fresh Portland Cement Concrete
557.0 Temperature of Freshly Mixed Portland Cement Concrete
541.0 Flow of Grout Mixtures, Flow Cone
a✓snns
EXPIRES
April 05, 2018
April 05, 2018
April 05, 2018
April 05, 2018
April 05, 2018
April 05, 2018
April 05, 2018
April 05, 2018
September 12, 2017
for: Jimmy Oladokun, District Materials Engineer
by: t" R tl�LrinV- TL -0111 Issued: 25 January 2017
Wshley Shaw IA Phone No.: (949) 279-8731
Certified Independent Assurance IA Certificate No.: 068
note: This certificate is valid as long as the Acceptance Tester complies with
applicable requirements in Caltrans Independent Assurance Program Manual.
TL -OI l l (Rev. 07-00)
CALIFORNIA DEPARTMENT OF TRANSPORTATION
Presents this
CERTIFICATE OF PROFICIENCY
to
Jacques Brosseau
GMU Geotechnical
who is qualified to perform the following tests:
125.0 Sampling Highway Materials & Products
216.0 Relative Compaction, Soils & Aggregates
231.0 Relative Compaction of Soils & Aggregates (Nuclear)
533.0 Ball Penetration in Fresh Portland Cement Concrete
539.0 Sampling Freshly Mixed Concrete
540.0 PCC Cylinder Fabrication
556.0 Slump of Fresh Portland Cement Concrete
557.0 Temperature of Freshly Mixed Portland Cement Concrete
EXPIRES
r
Caltrans
April 05, 2019
April 05, 2019
April 05, 2019
April 05, 2019
April 05, 2019
April 05, 2019
April 05, 2019
April 05, 2019
for: Jimmy 01adokun, District Materials Engineer
by: 6._ ALmr TL -0111 Issued: 05 April 2017
A %ley Shaw IA Phone No.: (714) 374-7863
Certified Independent Assurance IA Certificate No.: 068
note: This certificate is valid as long as the Acceptance Tester complies with
applicable requirements in Caltrans Independent Assurance Program Manual.
TL -0I 11 (Rev. 07-00)
CALIFORNIA DEPARTMENT OF TRANSPORTATION
Presents this
CERTIFICATE OF PROFICIENCY
to
Russell Price
GMU Geotechnical
who is quaked to perform the following tests:
125.0 Sampling Highway Materials & Products
216.0 Relative Compaction, Soils & Aggregates
231.0 Relative Compaction of Soils & Aggregates (Nuclear)
533.0 Ball Penetration in Fresh Portland Cement Concrete
539.0 Sampling Freshly Mixed Concrete
540.0 PCC Cylinder Fabrication
556.0 ' Slump of Fresh Portland Cement Concrete
557.0 Temperature of Freshly Mixed Portland Cement Concrete
EXPIRES
7Fi
ra
Caltrans
March 29, 2018
March 29, 2018
March 29, 2018
March 29, 2018
March 29, 2018
March 29, 2018
March 29, 2018
March 29, 2018
for: JimmynOladQokun, District Materials Engineer
by: v TL -0111 Issued: 29 March 2016
As ey Shaw IA Phone No.: (714) 374-7863
Certified Independent Assurance IA Certificate No.: 068
note: This certificate is valid as long as the Acceptance Tester complies with
applicable requirements in Caltrans lndependentAssurance Program Manual.
Appendix B
Qualifications and Capabilities
PAVEMENT
ENGINEERING
SERVICES
GMU Geotechnical, Inc.
23241 Arroyo Vista
Rancho Santa Margarita, CA 92688
P:949.888.6513
F:949.888.1380
ih
a�
�'A,,EVIENT EP'IGiNEERWG SIATEIE:
Unparalleled Service
GMU Geotechnical, Inc. (GMU) was formed in 1967 and has established a reputation for reliability,
innovation, accuracy, efficiency, and excellent service. This is exemplified by the wide variety of
projects that we have successfully worked on, the long-term relationships that we have developed
with our diverse group of clients, and the number of project achievement awards that GMU has
received. GMU is able to offer an unparalleled level of service because of active principal involvement
in each project and a professional staff of individuals that are leaders and experts in their respective
fields.
Engineering Services
• Geotechnical Engineering
• Engineering Geology
• Laboratory Testing
• Grading Support
• Special Inspection
• Pavement Engineering
• Forensic Engineering
Expert Witness Consultation and Trial Testimony
• Geo -Structural Engineering
• Geo -Civil Engineering
• Blast Consulting
• Construction Vibration Monitoring
• Geotechnical Instrumentation
• Landslide Remediation Services
• Stormwater Services
• Corrosion Engineering Services
Located in Rancho Santa Margarita, CA, GMU's
office houses a 34 -person team of highly qualified
professional engineers, geologists, and engineering
technicians with experience in all phases of
pavement engineering, geotechnical engineering,
engineering geology, and materials testing. GMU's
staff includes:
• 9 professional and geotechnical engineers
licensed in California
• 4 certified engineering geologists licensed
in California
• Engineering technicians and registered
special inspectors with an average of 15 to
25+ years of experience
Staff members hold certifications from Caltrans,
American Concrete Institute (ACI), International
Code Council (ICC), American Welding Society
(AWS), and County of Orange. GMU's in-house
laboratory is approved by the California Department
of Transportation (Caltrans), the County of Orange,
and other public agencies.
0AVEN1EN1 EN6iNEERA(3 STA'EMENT (,q
Pavement Engineering
Pavements are one of the most expensive assets for local municipalities and communities. They can
be costly for hot mix asphalt producers to manufacture and for contractors to construct. Each lane -
mile of pavement costs approximately $1.5 million, so reducing the cost by just a few percentages can
save tens, if not hundreds, of thousands of dollars. GMU's pavement engineering team regularly
saves clients money through innovative pavement designs and proactive construction quality testing
and inspection. Our expertise allows us to develop recommendations to preserve roadways, identify
ways to improve conditions cost-effectively, and provide testing and inspection services during
construction to ensure that the pavement is constructed to last.
Industry Expertise on Every Pavement
Project
GMU's pavement engineering team consists of
experts and leaders in the industry who are actively
involved in technical committees that shape and
develop pavement construction specifications.
These team members provide design and
construction testing/inspection services on a wide
range of projects for Caltrans, local municipalities,
counties, airports, ports, other government entities,
and private owners.
Our pavement services include:
• Engineering evaluation and design
• Surface condition assessments
Structural adequacy assessments using non-
destructive falling weight deflectometer
(deflection testing)
• Pavement thickness evaluation by ground -
penetrating radar (GPR) or corings
• Corings to collect subsurface materials for
evaluation and pavement thickness identification
• Laboratory testing of pavement materials for
pavement evaluations, quality control, and quality
assurance
• Cost-effective and innovative repair methods
such as cold recycling of pavements, asphalt -
rubberized overlays, full -depth reclamation, and
soil stabilization
• Pavement mix design development
• Pavement expert witness testimony
SrIu - Do i:dlnni, ' ( q, ,,,,, ., nI i, ,-,, I -
-AvENIENT ENGiNEERwG 3TATEbIE
Evaluation and Design
Pavement evaluation and design services provided by GMU are typically performed in five phases:
Phase 1- Visual Pavement Surface
Condition Assessment
First, a visual pavement surface condition
assessment is performed to allow GMU to identify
the type, severity, and extent of the pavement
distresses. The pavement condition index (PCI) is
calculated based on this assessment. Identifying
the type of pavement cracking provides allows
GMU to identify potential causes of the pavement
distresses. The results of this assessment are used
to help select coring locations, identify areas of
interest, and help develop pavement repair
recommendations.
Phase 2 - Field Exploration
Next, we offer field exploration services including
coring, deflection testing, and ground -penetrating
radar (GPR) testing. Corings are performed to
identify the type and thickness of the pavement
sections and to collect subsurface materials for
laboratory testing. Deflection testing is performed to
evaluate the structural adequacy of the in-place
pavement section. Ground -penetrating radar can be
performed to non-destructively and continuously
measure the pavement section thickness over the
length of the project. The data collected during this
phase are used in the engineering analysis and to
develop pavement repair recommendations.
PAbE%IENT ENGINEERING STITENIENT rlF is 1 UAi_:FP:,ATUN
Phase 3 - Laboratory Testing for
Pavement Evaluations
Samples collected during corings are tested in
GMU's laboratory for various engineering
properties. The results are used in the engineering
analysis and development of pavement repair
recommendations.
Typical laboratory tests include:
• R -value • Corrosion series
• In-place density and • Expansion index
moisture content . Atterberg limits and
• Maximum density Sieve No. 200 wash
and optimum for soil classification
moisture content
Phase 4 - Engineering Analysis
GMU provides pavement thickness designs
following California Highway Design, AASHTO, and
mechanistic -empirical pavement analysis methods.
These methods utilize the results from the field
exploration (coring, deflection testing, and GPR
testing) and laboratory tests.
AMM
Phase 5 - Innovative Pavement Repair
Recommendations
GMU develops pavement recommendations using
innovative strategies rather than conventional
rehabilitation, which typically consists of mill -and -
overlay. Our recommendations may include
rubberized overlays, cold in-place asphalt concrete
pavement, and central -plant asphalt concrete
pavement recycling.
For reconstruction, remove -and -replace is the
conventional strategy. Soft and yielding subgrade
conditions are typically mitigated by replacing the
material with two feet of aggregate base. GMU
considers new reconstruction strategies that are
significantly less expensive to construct without
sacrificing performance, such as full -depth
reclamation and soil stabilization. Mix designs for
these strategies (cold recycling and cement/lime
treated materials) are performed in-house at GMU's
state-of-the-art laboratory.
PREFERREORE A9l Om
_ ��Weu��nu•.�i..ni. ^:.� rQ...i.........—...-v-m n.mn..mn....aa....ax
�wvertee
st;m
m..v.:nau. 1.
—uucjO mI2 xrs: PAVEM -EVALUATION
�T��Y wex rn. o-.rmm x...aAm moenn.
—a„ Q 17 77 m PREFERRED REHABILrTAMN MAP ° 1E
�,V, EKIEPIT EN,3NEERiN(, 3iA' EAIENT CiF O1i
Testing and Inspection
To maximize the life of rehabilitated or newly constructed pavements, GMU offers pavement
construction testing and inspection. Our staff includes 17 Caltrans -certified construction materials
testing/inspection technicians, each with 15 to 20 years of experience. GMU's long history of providing
testing and inspection services allows us to recognize the importance of fast-tumaround schedules
and responsive services in order to achieve quality pavement materials and construction.
Full -Service Testing/ Inspection: Observation, Testing, and Documentation
• Subgrade and aggregate base materials
(treated and untreated) preparation and
compaction
• Aggregate base placement and compaction
• Bituminous materials (hot -mix asphalt)
placement and compaction
• In-place density of hot -mix asphalt, base,
and subgrade using a nuclear gauge
• Pavement coring and testing
• Loose -mix and compaction temperatures
• Lift thicknesses
• Environmental conditions assessment
• Equipment working order verification
• Joint construction
• Cement/emulsion content (if applicable)
• "Break -over' point of cold recycled asphalt
concrete pavement (if applicable)
Testing/inspection services can be performed at the
plant where the material is being produced. Plant
testing/inspection includes observation and
documentation of:
• Mixing temperature and time
• Mix uniformity and adequate mixing
• Aggregate storage conditions
• Segregation
• Aggregate and asphalt binder temperatures
• Continuous feeding of aggregates and
proper aggregate feeder gate operation
• Equipment calibrations, including scales
The plant technician can identify potential
issues with the material prior to it arriving on-
site. GMU's plant testing/inspection services
allow for proactive measures that ensure the
quality of pavement materials and construction
processes.
• Sand equivalent
• Crushed particles
• Fine aggregate specific gravity and
absorption
• Coarse aggregate specific gravity and
absorption
• Los Angeles rattler (abrasion)
• Fine aggregate angularity (un -compacted
void content)
Laboratory tests results are used to develop
pavement engineering recommendations and verify
conformance with project specifications. GMU's
team of engineers and managers can explain the
potential repercussions of out -of -conformance items
for purposes of material acceptance and/or pay
adjustments.
'_AI:_I i, 'inf :,,i;row 17t-,;,_ .. p.LIit pr
PAI, ENIENT EN,],MEERING STATEMENT (7:
Laboratory Testing
GMU's Caltrans -certified pavement materials laboratory can perform various pavement materials
laboratory tests for pavement engineering evaluations and construction testing/inspection projects.
Comprehensive Testing Capabilities
A select list of pavement -related laboratory tests performed by GMU includes:
• Superpave, Hveem, and Marshall R -value
compaction Maximum dry density and optimum
• Asphalt binder content moisture content
• Gradation (sieve analysis) Corrosion series
• Laboratory density Mix moisture content
• Core density Aggregate Quality (fractured faces, flat and
• Hveem Stability elongated particles, specific gravity,
Wet track abrasion (slurry seal) crushed particles, Los Angeles Rattler, etc.)
; 11
PA._
Mix Design Development
GMU offers pavement mix design development services following Hveem, Superpave, and Marshall
mix design methods, including advanced performance tests such as moisture susceptibility (tensile
strength ratio) and Hamburg Wheel Track. GMU can develop hot -mix asphalt, warm -mix asphalt
(WMA), rubberized hot -mix asphalt, cold -recycling, soil -cement, and soil -lime mix designs.
Mix Design Expertise
GMU has developed mix designs for Caltrans,
runway, port, racetrack, and standard specification
projects (i.e., Greenbook). Past mix designs
incorporated the use of reclaimed asphalt pavement
(RAP), liquid anti -strip (LAS), WMA technology, and
asphalt rubber binder.
GMU's pavement engineering team has performed
mix designs for both local agencies as well as large
paving contractors.
Examples include:
• Los Angeles County Department of Public
Works
• All American Asphalt
• Vulcan Materials
• Granite Construction
• Skanska
• Griffith
GMU has extensive experience in developing
complex mix designs that meet project specification
requirements while considering material costs.
Marshall Stability, The
60DO
5000
2W
SO 35 6.0 6.5 TO TS 60
%AC rinat2l
VMA, %
n.0 • —.
16.0
55
5.0 5.5 80 6.5 7.0 7.5 80
Unit Might, g]cc
250 _...
245
240
2ss
z30
to
220... .. .
5.0 5.5 6.0 5.5 TO T5 80
%AC (MM)
Ala Void., %
SO
5.0
50
5.0
LD —
IS
60 55 6.0 6.5 ]D 75 6D
%AG (]Wm)
Marshall Flow, In
azo
a 16 -
0,6
0u - --
2
010.......
60 ss bo 65 ].a Ts e0
%Ac I>wN5
VFA, %
,00
SO
SO
........ .. ......_....._._--.. ____
SO
30
40
50 56 60 65 TO 7.6 0.0
IS SO trill )
Thaonstical Max SG, plcc
250
245
zoo - ........
2.35
230_—... _.,
5.0 5.5 60 65 ].0 T 5 0.0
%AD (TWN)
Design Point %AG AWMI
635
(5.5%- ].514)
IS, Will.%
35
25-45
hall aIWIy,M
4393
(4030 mi+)
Marshall Flow, In
0.11
(008-03(1 in)
VMh%
16]
(15.5%min)
vFA%
P6
J.. YR ycq Gm4 ym
2357
l..nlaal Me. 80 Vcc2043
hA,IU r)1,lrU '.. Ioro nia , 1Dr _ -, -, V�nars I �, „i
GNW
�a, EIIAF
Clients
GMU has provided pavement engineering, testing, and inspection services for numerous counties,
cities, and other public agencies throughout Southern California. Notably, GMU has a long history of
successful work with the County of Orange and many local municipalities.
Experience Serving Municipalities, Contractors, and Private Clients
GMU takes pride in maintaining strong relationships with the following clients:
• County of Orange, OC Materials Lab
• County of Orange, OC Parks
• County of Los Angeles, Department of
Public Works
• City of Aliso Viejo
• City of Chino Hills
• City of Dana Point
• City of Garden Grove
• City of Irvine
• City of Laguna Niguel
• City of Newport Beach
• City of Mission Viejo
• City of Rancho Santa Margarita
• City of Oceanside
• California State Parks
• All American Asphalt
• First Service Residential
• Griffin Structures
• Irvine Company, Office Properties
• Irvine Company, Retail Properties
• Koll Company
• Kornland Building Company
• Niguel Shores Community Association
• NPG Asphalt
• Ocean Ranch Home Owners Association
• Pavement Coatings
• Pavement Recycling Systems (PRS)
• Rancho Mission Viejo Company
• RBF
• Tetra Tech
• TLG Paving
• Vali Cooper
• Skanska
• Griffith Company
• Accord Construction Management
• Tait & Associates
• PacRim Engineering
• Mead & Hunt
• Alcoa
• Huitt Zollars
-A'/EIIENT ENGINEERING 3TATEP;IENT uF pU A -I E IC, Ji,., p,F
1'r-IGxIJ
Select Pavement Evaluation and Design Projects
MacArthur Boulevard Rehabilitation
City of Newport Beach
GMU performed a pavement evaluation of
MacArthur Boulevard between East Coast Highway
and Bonita Canyon Drive (approximately 2 miles
long) and developed pavement repair
recommendations. GMU's evaluation included a
pavement surface condition assessment, pavement
corings, deflection testing, and laboratory tests. The
results of the deflection tests indicated that the
pavement is structurally adequate. Based on the
visual assessment, laboratory test results, and
deflection data, recommendations were developed
consisting of performing a mill -and -overlay using
asphalt rubberized hot -mix (ARHM) for a 10 -year
design life and cold in-place recycling for a 20 -year
design life.
REFERENCE: Frank Tran, Civil Engineer, City of
Newport Beach Department of Public Works
Irvine Center Drive Rehabilitation
City of Irvine
GMU performed a pavement analysis and
rehabilitation design for a 3,000 -foot stretch of
Irvine Center Drive between Harvard Avenue and
Culver Drive. The existing pavement deteriorated
and rehabilitation recommendations were requested
by the City of Irvine. Services provided included
performing a visual pavement surface condition
assessment, pavement corings, deflection testing,
laboratory testing, engineering analysis, and
development of repair recommendations. A mill -
and -overlay recommendation was developed that
consisted of using GlasGrid to mitigate the
reflective cracking and construction of a rubberized
hot -mix asphalt overlay. This recommendation
reduced construction costs compared to a thicker
conventional mill -and -overlay.
REFERENCE: Reza Jafari - Assistant Engineer, City of
Irvine Department of Public Works
- MacArthur Boulevard Rehabilitation
.iF.lu - ) I _ .aIT( rn[J for,,,;-.:P^n)rk lor(_Ili -o . , I.,,l..
PAVEMENT ENGINEERING STA'E.MENT F)F .iIJA,_iFii
Geotechnical and Pavement
Investigation
Ocean Ranch Home Owners Associates,
Laguna Niguel
GMU performed a geotechnical and pavement
investigation of the pavements within the Ocean
Ranch residential community. The pavement
displayed areas of high -severity alligator cracking.
Wet and soft subgrade soil conditions were
encountered. Recommendations were developed
that consisted of performing full -depth reclamation
with cement treatment. This approach saved the
Community approximately 30- to 40 -percent in
construction costs compared to conventional
remove -and -replace reconstruction. GMU also
performed the testing and inspection during the full -
depth reclamation reconstruction process.
REFERENCE: Tina Rodrigues, First Service Residential
ukIU Unlnr- i_ aiilnt,n.� c t�rO a n, i,v O i'k rn, li,cr A % Y -
Pavement Engineering Project
Niguel Shores Community Association,
Dana Point
GMU performed pavement engineering for the
Niguel Shores housing community, which consists
of approximately 1000 homes. GMU provided
pavement evaluation, repair recommendation, and
bid solicitation services for the Association. The
pavements within the community are being visually
surveyed and recommendations were developed to
improve their aesthetics and to preserve the
existing pavement condition. Plans and
specifications for construction were developed and
written.
REFERENCE: Sam Johnson, Association
Representative, Niguel Shores Community Association
NA"", gniuge., com
1✓1% 1!
"AVEN-IENT ENGINEERING STATEMENT OF QUALIFICATIONS
Pavement Testing and Observation Experience
Ortega Highway (SR 74) Widening
Rancho Mission Viejo
This project widened the existing highway from two
to four lanes and constructed a new two-lane bridge
over San Juan Creek. Work required coordination
with multiple agencies, including Caltrans, the
County of Orange, the City of San Juan Capistrano,
and Santa Margarita Water District. GMU provided
inspection and testing services for grading, paving,
utility trench backfill, soil cement, concrete, rebar,
and welding. The construction cost for this project
was approximately $21 million.
REFERENCES. Jeff Thompson, Rancho Mission Viejo;
Krishnamenon Nadaraja, OC Materials Laboratory
Street of the Golden Lantern Pavement
Rehabilitation
City of Laguna Niguel
This project included street widening and
construction of a rubberized AC overlay, sidewalks,
and retaining walls. GMU provided testing and
inspection services to address grading activities,
pavement production and placement, and other
concrete improvements.
REFERENCE: Frank Borgess, City of Laguna Niguel
Balboa and River Avenues Pavement
Rehabilitation and Improvements
City of Newport Beach
This project included performing a pavement
evaluation for the rehabilitation of Balboa Avenue
and River Avenue. GMU provided the testing and
inspection services for pavement production and
placement, and other concrete improvements. The
construction cost for this project was $2.3 million.
REFERENCE: David Webb, City of Newport Beach
Pacific Coast Highway Traffic
Congestion Relief
City of Dana Point
This project included numerous street
improvements and the award-winning pedestrian
bridge that spans Pacific Coast Highway in Dana
Point, California. GMU provided investigation,
design, and construction services, including
inspection and testing during grading and
construction. GMU has also provided testing and
inspection for pavement rehabilitation and
resurfacing of Pacific Coast Highway, Street of the
Golden Lantern, Stonehill Drive, Del Obispo Street,
and Camino Capistrano. The construction cost for
this project was $16.1 million.
REFERENCE: Matthew Sinacon, City of Dana Point
: )U to i". -,br b'Io I , Ing
VMgmugeo C,0n'
h e�-
PAVEMENT ENG,NEER I NG STATEMENT OF UIJA_iFi'AT OPI�
Bake Parkway and Lake Forest Drive
Extension
Irvine Community Development Company
GMU provided design and construction
testing/inspection services on this large
infrastructure project for the Irvine Community
Development Company. This project included the
extension of Bake Parkway and Lake Forest Drive,
construction of three new bridges, and associated
drainage channel improvements at San Diego
Creek and Veeh Creek. GMU provided observation
and testing, special inspection, and materials
testing for the pavement, grading, and bridge
construction. Special inspection services were
performed included bridge pile foundations,
reinforced concrete, post -tension concrete,
structural steel welding, and high strength grout.
REFERENCE: Jamie Yoshida, Irvine Community
Development Company
AMM
Laguna Canyon Road Widening,
Segment 4
Orange County
GMU conducted the geotechnical investigation
and design for this project as part of our on-call
geotechnical services contract for County of
Orange. GMU worked with OC Materials Lab's
drilling crew to complete the field investigation,
and then prepared a Geotechnical Design
Report for the widening of Laguna Canyon
Road. Our services were provided under the
management of OC Materials Lab, and were
completed on time and within budget.
REFERENCE: Krishnamenon Nadaraja, Orange County
Materials Laboratory
GftIU - n7r,u,Aljr,,j[,ISGroundwork for O, 47 Years ""N*gran,-,.:-.
PAVEMENT ENG,NEER I NG STATEMENT OF UIJA_iFi'AT OPI�
Bake Parkway and Lake Forest Drive
Extension
Irvine Community Development Company
GMU provided design and construction
testing/inspection services on this large
infrastructure project for the Irvine Community
Development Company. This project included the
extension of Bake Parkway and Lake Forest Drive,
construction of three new bridges, and associated
drainage channel improvements at San Diego
Creek and Veeh Creek. GMU provided observation
and testing, special inspection, and materials
testing for the pavement, grading, and bridge
construction. Special inspection services were
performed included bridge pile foundations,
reinforced concrete, post -tension concrete,
structural steel welding, and high strength grout.
REFERENCE: Jamie Yoshida, Irvine Community
Development Company
AMM
Laguna Canyon Road Widening,
Segment 4
Orange County
GMU conducted the geotechnical investigation
and design for this project as part of our on-call
geotechnical services contract for County of
Orange. GMU worked with OC Materials Lab's
drilling crew to complete the field investigation,
and then prepared a Geotechnical Design
Report for the widening of Laguna Canyon
Road. Our services were provided under the
management of OC Materials Lab, and were
completed on time and within budget.
REFERENCE: Krishnamenon Nadaraja, Orange County
Materials Laboratory
GftIU - n7r,u,Aljr,,j[,ISGroundwork for O, 47 Years ""N*gran,-,.:-.
f � �
PAVEMENT ENG,NEERING STATEMENT OF OU AU FI CATIA )NS
Pavement Mix Design Experience
Route 405 RHMA Mix Design
Caltrans and All American Asphalt
GMU developed one of the first Superpave
rubberized hot -mix asphalt mix design with warm -
mix asphalt (WMA) technology for use on a
Caltrans pilot project. This mix design consisted of
one -half-inch nominal maximum size aggregate,
Evotherm 3G M1 warm -mix additive, and PG 64-16
asphalt rubber binder. This mix was used on the
Route 405 Freeway in Torrance, California, and is
produced by All American Asphalt from their Irvine,
California hot plant.
REFERENCE. Robert Schwartz, All American Asphalt
Various Pavement Mix Designs
County of Los Angeles
GMU developed cold recycled asphalt concrete
pavement and soil -cement mix designs for multiiple
Los Angeles County projects, including Del Amo
Boulevard, Admiralty Way, 104th/105th Streets,
Ballentine Place, New York Drive, Pine Canyon,
59th Street, Tranbarger, Graves Avenue, Los
Palacios Drive, and Sigman Street. Work included
collecting samples of the in-place materials from the
field, and then crushing and mixing with various
amounts of emulsion or cement. Our team then
compacted and evaluated the mixed samples for
various properties (strength, raveling, air voids,
etc.). We identified and recommended optimum
emulsion or cement contents for the mix design.
REFERENCE: Greg Kelley, Los Angeles - Department of
Public Works
Racetrack HMA Mix Design
Thermal Club Racetrack and Skanska
GMU developed three -eights -inch HMA PG 88 — 16
PM Marshall mix design for Skanska's HMA plant in
Coachella, California. Our team designed the
mixture using high performance PG 88-16 polymer -
modified asphalt binder. We incorporated Morlife
5000 liquid anti -strip (0.50 percent dosage) for
enhanced moisture susceptibility performance due
to a high groundwater table at the project site.
REFERENCE: Patrick Terrell, Skanska
V'MU - C f i ii ;.dh;mnia for O C.f 17 yr,,
�,VEMPAT FNoINE-
Key Personnel
Roger Schlierkamp,
MSc, PE
Director of Pavement
Engineering
.S' Roger Schlierkamp is a
California registered
professional engineer with a
Master's degree in pavement and materials
engineering from the University of Nevada, Reno.
His experience includes pavement evaluation and
design, managing quality assurance/control testing
and inspection of construction projects, and
developing pavement mix designs.
Roger's pavement engineering experience consists
of evaluating pavements for local municipalities,
such as Agoura Hills, Thousand Oaks, Long Beach,
Anaheim, Newport Beach, Commerce, La Habra,
Santa Monica, Torrance, Metro, Los Angeles
County, La Mirada, and Garden Grove. Roger has
also worked with private clients including
Pepperdine University in Malibu and CBRE at the
Koll Center in Newport Beach.
As a mix designer, Roger has worked for both
contractors and agencies. Clients include All
American Asphalt, Granite Construction, Griffith
Company, Skanska, and Los Angeles County. His
experience encompasses performing mix designs
following Hveem (Caltrans), Marshall, and
Superpave methods while incorporating various
additives, such as warm -mix asphalt technology,
liquid anti -strip, RAP, and lime.
Additionally, Roger manages testing and inspection
on local public agency, Caltrans, port, and airport
projects. His keen understanding of laboratory
testing and experience managing testing and
inspection processes allows him to effectively
anticipate potential quality problems and take
proactive steps to achieve quality construction.
David Atkinson
Senior Project Manager
David Atkinson has more
than 36 years of experience
on a wide variety of
pavement, geotechnical,
and construction materials
engineering -related projects.
His experience includes work with numerous
office/industrial developers, commercial/retail
developers, residential developers, municipal public
works agencies, water districts, schools, and
hospitals.
David's engineering experience includes
subsurface exploration, overseeing geotechnical
observation and testing, existing asphalt concrete
(AC) pavement rehabilitation evaluation and
recommendations, full depth reclamation (FDR) of
existing asphalt pavements, new AC mix design
review, oversight of batch plant inspection,
management of all laboratory testing for aggregate
base and asphalt paving, review of concrete mix
designs, preparation of project specifications and
bid documents, and oversight of special registered
inspection and testing of construction materials.
PAVEMENT ENGINEERING STATEMENT OF OUA,_iFi�',J )r,�
Mike Moscrop, MSc, PE,
GE
Principal Engineering
Support
Mike Moscrop has 28 years
of experience on a wide
variety of pavement and
geotechnical engineering
projects. He has worked with residential,
commercial, and industrial developers; water
districts; and public agencies performing work such
as geotechnical reviews for the County of Orange
and various cities. Mike is also intimately familiar
with sustainable pavement rehabilitation and
reconstruction methods, having designed mulitple
projects using these approaches while working
alongside Pavement Recycling Systems. Mike has
also served as an expert witness with regard to a
variety of pavement and geotechnical issues over
the last 15 years. At GMU, Mike's responsibilities
also include overseeing the in-house geotechnical
laboratory.
Dr. Ali Bastani, PhD,
PE, GE
Director of Engineering
Dr. Ali Bastani, an adjunct
faculty at Cal Poly Pomona,
has 20 years of diversified
experience in pavement,
geotechnical, earthquake,
and environmental
engineering. His experience includes managing
projects of varying size and complexity, and he has
comprehensive knowledge of applied conceptual,
physical, and numerical modeling for geotechnical
7Jr�VI(�IJ
and environmental engineering solutions.
Ali's professional experience includes geotechnical
investigation and monitoring for foundation design
of bridges, water reservoirs, pipelines, power
plants, commercial and industrial facilities, and
landfills. He has also conducted seismic ground
motion studies, site response analysis, liquefaction
analysis, determination of seismic -induced
deformations, and seismic retrofit evaluations.
Additionally, he has performed deep-seated and
shallow landslide investigation, analysis, and
mitigation.
Ali's background also includes design of shoring
and stabilization systems including tie back and soil
nail retaining structures; groundwater flow and
contaminant transport evaluation and modeling; and
Seismic hazard evaluation, probabilistic and
deterministic, for various seismic zones around the
United States and abroad.
During his career, Ali has been involved in many
major high-profile transportation projects such as
the seismic retrofitting of San Diego -Coronado Bay
Bridge, design and construction of two miles of
Freeway 178 in Bakersfield, and design and
construction of Alton Parkway extension
(approximately 1 mile) for City of Lake Forest. He is
also a part of the City of Los Angeles Bridge
Program, where he assisted with design and
construction of more than 10 bridges, including the
historical 1 st Street Bridge over the Los Angeles
River, revaluation of many bridges for the County of
Los Angeles after the Northridge Earthquake, slurry
sealing of south Orange County roads for the
County of Orange, and annual pavement
maintenance of the City of Carson.
Appendix C
Select Past Project Summaries
gmugeoxom 1 949.888.6513
23241.4rrgo ! 7.da. Rambo Swr/n:llnrga i/a. CA 92683
2014-15 Pavement Rehabilitation
Pro'ects
San Juan Capistrano, California
GMU provided pavement evaluation services for nine
different roadways and parking lots scattered throughout the
City of San Juan Capistrano. Areas included residential
roadways to parking lots for the multi -modal Metrolink
station.
GMU performed pavement corings to identify existing
pavement structured sections. Subgrade soil samples were
collected for laboratory testing. Engineering analysis was
performed and pavement repair recommendations were
provided.
Several of the pavement areas appeared to contain
potentially unstable subgrade soils. GMU developed
recommendations with "build -in" methods that addresses
the potentially unstable soil conditions. By foreseeing the
potential unstable conditions and developing corresponding
pavement repair recommendations, cost savings are
expected to be realized during construction.
Highlights
Pavement evaluation
Full -depth reclamation
Construction oversight
Pavement materials testing
Date
Summer 2014 to present
Cost
$15,500
GMUKey Staff
Roger Schh'erkamp, MS, PE
Pavement Engineer
David Atkinson
Senior Engineer
Photo 1: Photo showing Metrolink Station Parking Lot (part of pavement evaluation).
Vl�l v
gmugeoxom 1 949.888.6513
13241 Arroyo ! 7r/a, &nn'bo Snn�wXanla,C-191688
High/iehts
Quab'ty control field and
Flatiron West laboratory testing. Soil -lime
Caltrans I-5 Widening Sulfate content, compressive
Dana Point & San Clemente (12-OF96C4) strength, maximum density,
moisture content, Atterberg
Limits, etc. laboratory tests
This project consisted of widening approximately 2.5 miles of the
I-5 freeway in Dana Point and San Clemente, California. As part of Field moisture and compaction
testing
the widening, new lanes were constructed, which involved
constructing lime -treated soil sections. Approximately 65,000 65, 000 square yards
square yards of soil lime was constructed.
GMU provided materials sampling and testing services to evaluate Date
the compatibility of the lime with the existing soils. During 2015 to 2016
construction, GMU's Senior Engineering Technicians provided Reference
quality control (QC) services pertaining to the soil -lime Brian Zagorsky, Flatiron
construction process, including initial lime spreading, mixing, and Jim Smolens]", Cahrop
moisture conditioning. After the completion of the mellowing
period, GMU also monitored final mixing (remixing), moisture GMUKevStaff
conditioning, and final compaction. Roger Schlierkamp, MSc, PE
Pavement Engineer
Aron Taylor, MS, PG, CEG
Vice President
GMU's Senior Engineering Technician measuring soil -Lime moisture content during initial -
mixing.
gmugeoxom 1 949.888.6513
23241 Arrpyo i 'is/a. Limbo San/a Magari/a, G-192688
Based on this analysis, the preferred recommendation was the soil -
cement option as it resulted in an estimated $6 million savings or GMUKey Staff
Roger Schlierkamp, MS, PE
nearly 40 percent savings over the conventional method. The Pavement Engineer
number of estimated trucks necessary to transport materials is also
reduced and the construction schedule is to be maintained. Aron Taylor, MS, PG, CEG
Vice President
HiphA lh s
Rancho Mission Vieio
Developed design that is
estimated to save $6mdh'on in
Los Patrones Parkway Pavement Design Project
construction (4001o) vs
convendonalmetbods
This project involved developing pavement designs for the 5 -mile
long Los Patrons Parkway project in Orange County, California.
Evaluated constructability
This new roadway is aligned to link the Route 241 Freeway to
future Cow Camp Road. GMU performed pavement engineering
Designed using in-place
analysis and developed pavement design recommendations for the
materials
approximately 2 million square feet of proposed new pavement
construction.
Construct Cost
$10 million
Alternative design recommendations were compared with
conventional methods, including soil -cement treatment, geogrid,
Date
full -depth asphalt concrete, and composite asphalt concrete with
January2015
aggregate base. Each option was also evaluated for construction
cost, construction scheduling, and the estimated number of trucks
Reference
Gene Strolek
required to transport materials.
Based on this analysis, the preferred recommendation was the soil -
cement option as it resulted in an estimated $6 million savings or GMUKey Staff
Roger Schlierkamp, MS, PE
nearly 40 percent savings over the conventional method. The Pavement Engineer
number of estimated trucks necessary to transport materials is also
reduced and the construction schedule is to be maintained. Aron Taylor, MS, PG, CEG
Vice President
gmugeo.com 1949.888.6513
29241 An -go 1 Zrta. R nebo Smeta Afel; Lila, C-1 92688
Citv of Garden Grove
2015 Residential Streets Rehabilitation
This project consisted of evaluating pavements within a
residential neighborhood approximately 0.5 by 0.5 square
miles in Garden Grove, California (500,000 square feet or 6
to 7 lane miles of AC). The majority of the streets exhibited
medium- to high -severity alligator cracking. Some streets
displayed less severe distresses.
A pavement evaluation was performed to identify potential
causes of the pavement deterioration. Pavement corings
were performed to identify the in-place pavement structural
layers and to collect samples for laboratory testing.
Collected samples were returned to GMU's laboratory for
in-house evaluation for various engineering properties (R -
value, in-place moisture/density, soil classification, sulfate
content, etc.). Pavement engineering analysis was performed
to develop cost-effective pavement repair recommendations.
Repair recommendations consisted of performing full -depth
reclamation (FDR) with cement treatment for the majority of
the street segments within the project limits. This
recommendation is estimated to save the City
approximately 40 percent in construction costs versus
conventional methods. These savings are derived from
using in-place materials as part of the new pavement section,
rather than exporting waste materials and importing new
aggregate base and AC.
Highlights
Estimated 40 percent
construction cost savings.
Pavement coring.
In-house laboratory testing.
Full -depth reclamation.
Date
June 2015
Reference
Bob Moungey,
Puhhc Forks Supervisor
GMUKev Staff
Roger Schlierkamp, MS, PE,
Pavement Engineer
Pholo l: Reprcwnlative pavement smJdce condition uvithin residenlial connnunit}'. Garden
Grove, California.
gmugeoxom 1949.888.6513
23241 Arrgo 1'irlw linne%oSnn1a:11aiganln, CA 92688
City ofNeHport Beach hb�y_h phts
Pavement deflection testing
MacArthur Boulevard Pavement project.
Rehabilitation Design Evaluated in-place structural
This pavement evaluation and design recommendation capacity.
project consisted of evaluating approximately 12 lane -miles
of asphalt concrete pavement on MacArthur Boulevard Identified relatively weak areas.
between East Coast Highway and San Joaquin Hills Road in
Newport Beach, California. DevelopedARHMmill/overlay
recommendations.
GMU performed coring, deflection testing, and laboratory
testing services to develop pavement rehabilitation
AC coring and lab testing
recommendations for this critical corridor. Deflection testing
was performed to evaluate the in-place structural capacity of
Date
the pavement section. The measured readings were
December 2014
compared with allowable readings and pavement
engineering analysis was performed to develop mill and
Reference
overlay thickness recommendations. Deflection testing data
Andy Tran,
was also used to identify isolated weak pavement areas, the
Senior Civil Engineer
result of high moisture conditions beneath pavement surface.
The remaining areas were determined to be structurally
adequate. Asphalt -rubberized hot mix was recommended for
GMUKev Staff
use on this project to improve the existing pavement
Roger Schlierkamp, MS, PE,
condition, restore smoothness, and improve pavement
Pavement Engineer
aesthetics.
David Atkinson, Senior Engineer
Photo 1: Pavement deflection testing along busy MacArthur Blvd in Newport
Beach, California.
gmugeoxom 1 949.888.6513
13247 rl rrgo f 7.rto, &rnrLo Snn/n Jlnrgai/n, CA 92688
Los Angeles International Airport (LAX)
Runway 6R -24L Soil -Cement Mix Design
GMU developed a soil -cement mix design for the LAX
Runway 6R -24L Extension project. The runway was
being extended to accommodate larger aircrafts. During
construction of the runway extension, delays and
additional costs were incurred to address exposed soft
and pumping subgrade conditions.
In lieu of removing and replacing unstable areas, GMU
proposed an alternative solution to address the unstable
conditions. Cement -treatment of the subgrade soils was
recommended to stabilize the soils and create a firm
platform for the construction of the runway extension.
GMU developed a soil -cement mix design following
Federal Aviation Administration's Construction
Specifications. Laboratory tests were performed to
develop a soil -cement mix design by GMU.
h t—
RWYDRMD
n
HgQb hts
LAX Runway 6R -24L Extension
Soil -cement mix design
Cost-effective solution to addressing
unstable soils
Date
January2015 - Present
Reference
Lew Mortis,
Coffman Specialties
GMU Key Staff
Roger SchGerkamp, MS, PE
Director of Pavement Engineering
�WV G42dR 5 <1
_— RWY Eft 74L�'.
RMMIND
Photo 1: LAX Runway 6R -24L Extension Project
gmugeo.com 1949.888.6513
23241= ln'opo I7rta, Rambo San/a,11aqwi/n, GA 91688
City of Laguna Niguel
Alicia Parkway Slurry Seal
Investigation
GvfU performed an investigation for the Alicia Parkway
Slurry Seal project. The contractor had recently applied
slurry seal prior to the investigation. The surface
appearance of the newly applied slurry seal was not
satisfactory.
Surface distresses identified by GMU included: uneven
surface (wash boarding), poor joints, uneven mixes, drag
marks, and delamination. Potential causes of these
distresses included: improper setup of spreader box,
excessive moisture at transverse during starting and
stopping, low cement or high water content in the slurry
seal mixture, oversize aggregates or dirty equipment
creating drag marks, inadequate application rate, and
improperly cleaned pavement surface prior to slurry seal
application.
The findings of this investigation were used to negotiate
repairs of the slurry seal.
�c�rnr
HigAli hts
Identified potential causes ofpoor slurry seal
appearance
71ane-miles ofroadway
Evaluated slurry seal post application
Alicia Parkway, Laguna Niguel
Date
February 2015
Reference
Frank Borges, Senior Engineer,
City of Laguna Niguel
GMU%y Staff
Roger Schllerkamp, MS, PE
Director of Pavement Engineering
David R. Atkinson
Senior Engineer
Photo 1: Alicia Parkway slurry seal investigation. GMU identified potential
causes of the poor surface aesthetics of the new slurry seal.
gmugeo.com 1 949.888.6513
23241 Arryo i 7rla, Randio Sanla h(myanta, 6192688
City of Irvine
Jeffrey Road Rehabilitation
GMU provided pavement evaluation and design recommendations
services for the Jeffrey Road Rehabilitation project. This project
consisted of evaluating Jeffrey Road between Walnut Avenue and
Trabuco Road and providing a Pavement Evaluation and Materials
Report.
GMU's scope of services included: reviewing plans, performing Feld
condition survey, conducting in-place pavement deflection testing,
performing and logging AC corings, conducting laboratory testing, and
developing pavement rehabilitation recommendations.
GMU identified relatively "weak" pavement areas. Recommendations
were developed to address these specific areas. A 2 -inch mill -and -
overlay with asphalt rubber hot mix (ARI -IM) was recommended for
the entirety of the project as the pavement rehabilitation strategy.
0 ALM ma'amim
rr�
iH ehil
Pavement Materials Report
Jeffrey Road
ARHM Overlay
Defiection Testing
AC Coring
Lahoratory Testing
Date
May 2013
Reference
Reza Jafari,
City of&viae
GMUKep Staff
David R. Atkinson
Senior Engineer
Michael Moscrop, MS, PE, GE 5240
Principal Geotechnical Engineer
m
Photo l: Pavement repair nap, Jeffrey Road, Irvine, California
gmugeo.com 1 949.888.6513
23241 Arropa I 'isla, Rawbo Smaa ilia Xanla, C492688
City of Irvine
Irvine Center Drive Rehabilitation
GMU provided pavement evaluation and design recommendations
services for the Irvine Center Drive Rehabilitation project. Irvine
Center Drive, between Harvard Avenue and Culver Drive, was
evaluated and a pavement materials report was prepared by GNfU.
GMU's scope of services included: reviewing plans, performing field
condition survey, conducting in-place pavement deflection testing,
performing and logging AC corings, conducting laboratory testing, and
developing pavement rehabilitation recommendations.
1M91-24 ]tS
Parement Materials Report
Irvine Center pom
Deflection Testing
AC Coring
Laboratory Testing
Date
July 2013
Reference
Reza Ja&ri
City oflrvine
GW identified relatively "weak" pavement areas. Recommendations GMU Key Staff
were developed to address these specific areas. A 2 -inch mill -and- David R. Atkinson
overlay with asphalt rubber hot mix (ARHM) was recommended for Senior Engineer
the entirety of the project as the pavement rehabilitation strategy.
aerovenwmsr
.woxvuaammrMAc
w iEw.�c. IACK�Tn, esniae�w near
u."eor'�xw oma oo `u�artnvw•'.
lsgw
MfchaelMoscrop, MS, PE, GE5240
Principal Geotechnical Engineer
�upr..euu.we Mxuau_nvuuwar -
TyncAL DETAIL
WRIIfgIp MIWMiOWRRrWLNi91
PAVEMENT EVALUATION
IrAne Or. Dr. M1nm Harvard Ave, W LLNer Dr. P"PREFERRED REHABILITATION MAP
Photo 1: Pavement repair map, Irvine Center Drive, Irvine, California
4
gmugeo.com 1949.888.6513
23241 _4rryo T Teta. Rambo Saida Alagarita, C4 92688
City of Irvine
Jamboree / Main Intersection Improvements
This project consisted of designing improvements to the Jamboree and
Main intersection in City of Irvine, California. A fifth northbound and
fifth southbound lane was added in Jamboree Road between I-405
northbound on/off-ramps and Kevin Avenue to improve the level of
service. GMU provided geotechnical design recommendations for two
retaining walls, as well as pavement thickness design recommendations
for the new lane. Recommendations were also provided for a box
culvert extension to widen Jamboree Road over Barranca Channel.
HiehGehts
Intersection Improvement Project
jamboree and Main Intersection
Subsurface Investigation
Laboratory Testing
Pa vement Recomm enda tions
Retaining Wall Design Recommendations
GMUBudget: j21k
Date
October 2015 to May 2016
Field investigation was performed to collect samples for laboratory
testing. Laboratory testing was performed at GM J's in-house Caltrans Reference
certified laboratory. Geotechnical and pavement engineering analysis Georgejurlca, PE, President
was performed and a materials report was prepared. Pen co Engineering
949-777-1585
Steve 011o, PE LS, Senior Civil Engineer
Cit? oflrvine, Development Engineering
949-724-7562
GMUKev Staff
Ali Bastam, PGD, PE, GE
Director ofEngineering
Roger ScGlierkamp, MS, PE
Director ofPa vement Engineering
CONSTRUCTION PLANS FOR THE IMPROVEMENT OF
INTERSECTION OF JAMBOREE ROAD I MAN MEET
FROM 1-405 NORTHBOUND RAMPS TO KELVIN AVENUE
CP NO. 3111205
LO
.LOCATION MAP
o
i
BASIS OF NFARINNL
A9lMCY COMTICTB
=:?�:$'•'.. :??:k3.. v+�Y�at
'��•_
DATUM 51A}!NlIR
VICINITY MAP^
'�4T. PR SV.:S'ae aS2s
2 ...5'S4
NlNf1ZMAA'S'
_RK_,.
�'�;^ '" __
era=vt•�e:o:. ��a�.�=='
LO
.LOCATION MAP
o
i
BASIS OF NFARINNL
'��•_
DATUM 51A}!NlIR
VICINITY MAP^
m
�
2 ...5'S4
NlNf1ZMAA'S'
_RK_,.
Photo l: Jamboree and Main intersection improvement project plans
gmugeo.com 1949.888.6513
23241 r4nro,yo 17r1a, &wrho Sana Margarila, C,1 92688
City of Santa Monica
Moomat AWko Way
Roger Schlierkamp performed an evaluation of Moomat
Ahiko Way in Santa Monica, California. Moomat Ahiko
Way is a critical connector that links congested PCH
with Ocean Avenue. The roadway consisted primarily of
Portland cement concrete (PCC) pavement with asphalt
concrete patches at various locations. The pavement
displayed significant cracking and provided a rough,
uneven surface.
Pavement corings were performed to measure in-place
pavement section thicknesses (PCC, AC, & base).
Laboratory tests were performed to evaluate various
engineering properties of the in-place materials.
Recommendations consisted of performing isolated
repairs, mill, and overlay. The recommended overlay
strategy involved using an asphalt -rubber -aggregate
membrane (ARAM) interlayer system and rubberized
asphalt concrete (ARHM) to minimize reflective
cracking.
dOM
Hinhh'trhts
PCCpavement evaluation
Cracked and hroken panels
Reflective cracking mingation
recommendations
Date
Fehruary2014
Reference
FrankBenavidez
%OA Corporation
GMU%v Staff
Roger Schherkamp, MS, PE
Director of Paven2ent Engineering
Photo 1: Evaluation of the Moomat Ahiko Way (PCC Pavement), connecting
busy PCH to Ocean Avenue, Santa Monica, California
gmugeo.00m 1949.888.6513
23241 Arroq o 17r/a, Rancho Sank Alagan/a, C4 92688
CtV ofLake Forest
Portola Parkway Rehabilitation
GMU evaluated evaluating approximately 12 lane miles of
asphalt concrete pavement on Portola Parkway between
Alton Parkway and El Toro Road in City of Lake Forest,
California.
GMU's scope of work included performing an assessment of
the pavement surface condition, deflection testing, AC
corings, laboratory testing, and engineering analysis.
Areas showing high -severity distresses or areas showing
relatively high deflection readings were recommended for a
deeper mill and thicker overlay. The remaining areas were
recommended to receive an edge grind and asphalt -
rubberized hot -mix overlay. The recommendations were
developed taking into consideration our findings, the City's
construction budget, and the desired pavement life
extension.
Highlights
Surface condition assessment
Pavement deflection testing
AC pa vement corings
Laboratory testing
Da to
January 2016
Reference
Doug Erdman, PE
Principal Civil Engineer
City, ofLake Fotest
GMUAev Staff
RogerSchlierkamp, MS, PE
Pa vement Engineer
David Atkinson
Senior Engineer
Photo /: De
.1leetion testing in progress on Portola Parkway, Lake Forest, California.
gmugeo.com 1949.888.6513
2324I. -Irl -go Tina. &mebo Snn/aMaignri/a, G-192688
City of Dana Point
2014-15 Annual Slurry Seal Project
GMU reviewed mix design submittals and
performed slurry seal testing for this project. This
project specified a Type 1 Rubberized Polymer
Modified Slurry (RPMS).
Aggregates used in the slurry seal were tested for:
moisture content, sand equivalent, and sieve
analysis. The slurry seal mixture was tested for Wet
Track Abrasion, residual binder, and moisture
content.
The services and feedback that GMU provided on
this project helped improve the slurry seal
aesthetics and durability.
Hiehlights
Slatry seal mix design submittal review
Slurry seallaboratoty testing
Field inspection
1,541,801 total square feet
Type I Rubber Polymer Modiffed Slurry
(RPMS)
Date
April 2015
Reference
MatthewSinacori, City Engineer,
City ofDana Point
GMU Key Staff
Roger Schh'erkamp, MS, PE
Director of Pavement Engineering
David R. Atkinson
Senior Engineer
Photo l: Type I Rubber Polymer Modified Slurry seal (RPMS) applied on a
residential street in Dana Point.
gmugeoxom 1949.888.6513
23241 Ari -go t "ista, Rawho Sawa MeuXarila, C4 92688
City of Rancho Santa Margarita
2014-15 Annual Residential Slurry Seal
Project
GMU reviewed mix design submittals and performed
slurry sea] testing for this project. This project specified
a Type ] Rubberized Polymer Modified Slurry (RPMS).
Aggregates used in the slurry seal were tested for:
moisture content, sand equivalent, and sieve analysis.
The slurry seal mixture was tested for Wet Track
Abrasion, residual binder, and moisture content.
The services and feedback that GMU provided on this
project helped improve the slurry seal aesthetics and
durability.
Hkzrhllphts
Slurry seal mix design submittal teview
Slurry seallaboratwy testing
1,505,914 total square feet
Type I Rubber Polymer Modified Slurry
(RPMS)
Date
Apri12015
Reference
Carlos Castenallos, Assistant City Engineer,
City of Rancho Santa Margarita (formerly)
GMUKev Staff
Roger Schlierkamp, MS, PE
Director of Pavement Engineering
David R. Atkinson
Senior Engineer
Photo 1: Type I Rubber Polymer Modified Slurry seal (RPMS) applied on a
residential street in Rancho Santa Margarita.
gmugeo.com 1949.888.6513
23241-4rroyo T 'isla, Rancho Sanla illa Bari/a, GA 92688
City of Laguna Niguel
Saint Christopher Neighborhood
and Via Vetti
GW provided pavement evaluation and design
recommendations services for the Saint Christopher
Rehabilitation project. This project consisted of
evaluating Saint Christopher Avenue between the
southern and northern intersections of Golden Lantern.
In addition to evaluating Saint Christopher Avenue,
interior residential streets within close proximity of Saint
Christopher Avenue was also evaluated.
GMU's scope of services included: reviewing plans,
performing field condition survey, conducting in-place
pavement deflection testing, performing and logging AC
corings, conducting laboratory testing, and developing
pavement repair recommendations.
Through deflection testing, GMU identified relatively
"weak" pavement areas. Recommendations were
developed to address these specific areas. Several
alternative pavement repair strategies were
recommended for budgeting purposes. Alternative I
consisted of performing cold central plant recycling
(CCPRC) and cement -treated subgrade. Alternative 2
consisted of performing full -depth reclamation with a 3
inch AC surface layer. Alternative 3 consisted of
performing localized repairs and construction a 2.0 inch
AC overlay.
In addition to design services, GMU provided
observation and testing services during construction.
Reference
Fran&Borges
Cit
y ofLaguna Niguel
GMU Key Staff
David R. Adrhwon
Senior Engineer
RogerSchh'er&, MS, PE
Director ofPa vement Engineering
Mike Mos crop, MS, PE, GE
Pnncipal Geotechnical Engineer
HiehliFhts
Pavement Materials Report
Saint ChnstopherNeighbor
Yra Vetti
Full -depth reclamation
Cold Recycling
Mill -and -Overlay
Deflection Testing
AC Coring
Laboratory Testing
Da to
September 2015
EXHIBIT B
SCHEDULE OF BILLING RATES
GMU Geotechnical, Inc. Page B-1
GEOTECHNICAL, INC.
NOT -TO -EXCEED COST
23241 Arroyo Vista
Rancho Santa Margarita
CA 92688
voice: 949.888.6513
fax: 949.888.1380
web: www.gmugeo.com
NOT -TO -EXCEED TOTAL COST (TIME -AND -MATERIALS) ........................... $69,690.00
This not -to -exceed total cost is based upon the following projected amount of Services:
• 420 hours of field observation/testing
• 10 soil maximum density and optimum moisture content tests
• 34 sets of cylinders, each set contains 4 replicates (2 sets per "phase")
• Senior Engineer review (submittals, test results), oversight, and coordination
• 1 final report summarizing all geotechnical / material tests
Our services are provided on an "as -requested" basis and in conjunction with the contractor's work
schedule. All costs will be billed for actual work performed on a time -and -material basis in
accordance with the attached fee schedule. The proposed scope of services is consistent with
the level of care and skill ordinarily exercised by engineering professionals with experience in
this area.
Attachment:
GMU 2016 Schedule of Charges
CW
GEOTECHNICAL, INC.
2016 SCHEDULE OF CHARGES
PROFESSIONAL SERVICES
Staff Engineer or Geologist
$ 130.00/hour
Senior Staff Engineer or Geologist
$ 170.00/hour
Project Engineer or Geologist
$ 195.00/hour
Senior Engineer or Geologist
$ 220.00/hour
Associate Engineer or Geologist
$ 230.00/hour
Principal/Director
$ 260.00/hour
Senior Principal
$ 315.00/hour
Deposition/Testimony
$ 550.00/hour
CAD, GIS, and Geo -BIM Design $ 115.00/hour
Document Preparation and Project Services $ 90.00/hour
FIELD INSPECTION & TESTING SERVICES
Staff Engineering Technician $ 102.00/hour*
• Services provided under direct supervision of a Senior Engineering Technician
Senior Engineering Technician $ 115.00/hour*
• Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc.
• Certifications by ACI, ICC, Caltrans, local jurisdictions, etc.
Registered Special Inspector (No 4 hour minimum) $ 115.00/hour*
• Certifications by ACI, ICC, Caltrans, local jurisdictions, etc.
• Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing
Instrumentation Engineer $ 170.00/hour
• Slope inclinometer and Piezometer monitoring
• Manometer for floor -level surveys
• Stormwater Turbidity & pH meter
• Pressure transducer, datalogger, & water chemistry meter for groundwater monitoring
• Pipeline video camera for drains, wells, etc.
Engineering Seismological Technician (includes 3 -channel seismograph) $ 155.00/hour
• Blast vibration monitoring
• Construction vibration & noise monitoring (pile driving, drilling, demolition, etc.)
*\otes:
(1) Rates include vehicle, nuclear density gauge, and equipment for testing, inspection, and
sampling.
(2) No 4 -hour minimum charges apply.
(3) Overtime is charged at 1.5 times the base rate. Overtime is defined as time worked on the project
in excess of 8 hours per day and all time on Saturdays, Sundays, and holidays.
LABORATORY TESTING SERVICES
Laboratory Testing $ 115.00/hour
(For special materials testing and laboratory costs on a per -test basis, see GMU's Laboratory Fee Schedule)
OTHER CHARGES
Outside Services Cost + 15%
Reimbursables & Reprographics Cost
GTVIU
GEOTECHNICAL, INC.
23241 Arroyo Vista
Rancho Santa Margarita, CA 92688
Voice: 949.888.6513 Fax: 949.888.1380
info@gmugeo.com www.gmugeo.00m
2016 Laboratory Testing Fee Schedule
City of Newport Beach: On -Call Geotechnical
Engineering Services
IDENTIFICATION & INDEX PROPERTIES
Moisture Content
ASTM D 2216
$ 10
Moisture Content & Density(6 inch tube ornn s
ASTM D 2937
15
Moisture Content & Density (Shelby tube orr uirescuttin
ASTM D 2937
50
Atterber Limits
ASTM D 4318
120
Single Point/Non-plastic
ASTM D 4318
100
Particle Size — Sieve 3/4" to —#200
ASTM D 422
100
— Hydrometer only
ASTM D 422
90
— Sieve & Hydrometer
ASTM D 422
150
Specific Gravity — Fine(passing #4
ASTM D 854
100
— Coarse retained on #4
ASTM C 127
100
Passing # 200
ASTM D 1140
50
Total Porosity
100
Sand E uivalent
DOT CA Test 217
70
SOII. CHEMISTRY
Ph
DOT CA 643
35
Minimum Resistivity minimum ofpoints)
DOT CA Test 643
75
Sulfate Content — Turbidimetric
DOT CA Test 417/Part II
75
Chloride Content
DOT CA Test 422
50
Corrosion Suite H Resistivity,Chloride Sulfate
DOT CA 417/422/643
200
SHEAR STRENGTH
Direct Shear 3 omts
ASTM D 3080
230
Residual Shear rice perpa,55 aftershear
Shear $ + 50%
Remolding or Hand Trimming of specimens(perpoint)
COMPACTION & BEARING CAPACITY
50
R -Value
ASTM D 2844
225
Standard Proctor Compaction - 4 oints
ASTM D 698
4 inch mold/6 inch mold
Methods A&B/Method C
140
Modified Proctor Compaction Max Density) - 4points
4 inch mold/6 inch mold
Method A & B Method C
150
Check Point
70
Correction of Soils w/ Oversize Particles
ASTM D 4718
25
CONSOLIDATION AND SWELL TESTS
Consolidations
(includes up to 8loading increments w/ water up to 10 ksf& unloading
with Strain vs. P curve
ASTM D 2435
170
Time Reading & Curve per Increment
50
Ex ansion Index
ASTM D 4829
100
Swell/Collapse Test — Method A
u to 10loadin unloaan saturation increments w o time curves
ASTM D 4546 Method A
180
Single Load Swell/Collapse Test - Method B
(Seat, load, and inundate only)
ASTM D 4546 Method B
150
Swell/Collapse Test — Method C
ASTM D 4546 Method C
280
Collapse Potential of Soils
ASTM D 5333
250
(Continued)
HYDRAULIC TESTS
Permeability of Granular soils Constant Head
ASTM D 2434
110
— Undisturbed Tube Sample
175
— Remolded Sample
250
Triaxial Permeability in Flexible -Wall Permeameter with
Backpressure Saturation - at One Effective Stress
EPA 9100/ASTM D 5084
(Falling Head Method C)
165
- Each Additional Effective Stress
70
- Hand Trimming of Soil Samples for Horizontal K
50
- Daily charge for Long Term Tests exceeds7da s
50
Remoldinq of Test S ecimens
• •
ASPHALT CONCRETE
50
% Asphalt by Ignition
ASTM D 2172
100
% Asphalt by I nition and Gradation
200
Unit Weight of Compacted Specimens/Paraffin Coated
ASTM D 2726/1188
60/80
Maximum Density Hveem)
ASTM D 1561
150
Maximum Density Marshall
250
LABORATORY CHARGES
Laboratory Technician
115/hour
Laboratory Manager/ Registered Engineer
195 hour
Associate Engineer
23 /hour
*Fee schedule is for laboratory testing only. Report preparation or special services not shown will be billed at the
appropriate hourly rate.
-2-
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply and that coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury by
disease in accordance with the laws of the State of California, Section 3700
of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council, boards
and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Consultant shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate. The policy
shall cover liability arising from premises, operations, personal and
advertising injury, and liability assumed under an insured contract (including
the tort liability of another assumed in a business contract).
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Consultant
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
GMU Geotechnical, Inc. Page C-1
D. Professional Liability Errors & Omissions Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount of
one million dollars ($1,000,000) per claim and two million dollars
($2,000,000) in the aggregate. Any policy inception date, continuity date,
or retroactive date must be before the Effective Date of this Agreement and
Consultant agrees to maintain continuous coverage through a period no
less than three years after completion of the Services required by this
Agreement.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees or shall specifically allow Consultant or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Consultant hereby waives its own right of
recovery against City, and shall require similar written express waivers from
each of its subconsultants.
B. Additional Insured Status. All liability policies including general liability,
excess liability, pollution liability, and automobile liability, if required, but not
including professional liability, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation (except for nonpayment for which ten
(10) calendar days' notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Consultant shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance certificates
and endorsement must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance shall be
kept on file with City at all times during the term of this Agreement. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
GMU Geotechnical, Inc. Page C-2
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Consultant sixty (60) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Consultant, City and Consultant may renegotiate
Consultant's compensation.
C. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
D. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on coverage,
limits or other requirements, or a waiver of any coverage normally provided
by any insurance. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Consultant maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Consultant. Any
available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
E. Self-insured Retentions. Any self-insured retentions must be declared to
and approved by City. City reserves the right to require that self-insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Agreement, or to suspend Consultant's right to proceed until proper
evidence of insurance is provided. Any amounts paid by City shall, at City's
sole option, be deducted from amounts payable to Consultant or reimbursed
by Consultant upon demand.
G. Timely Notice of Claims. Consultant shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Consultant's
performance under this Agreement, and that involve or may involve
coverage under any of the required liability policies. City assumes no
obligation or liability by such notice, but has the right (but not the duty) to
monitor the handling of any such claim or claims if they are likely to involve
City.
H. Consultant's Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
GMU Geotechnical, Inc. Page C-3
judgment may be necessary for its proper protection and prosecution of the
Work.
GMU Geotechnical, Inc. Page C-4
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 1/31/18 Dept./Contact Received From: Melissa
Date Completed: 1/31/18 Sent to: Melissa By: Jan
Company/Person required to have certificate: GMU Geotechnical Inc./Newport Heights Alleys
Type of contract: Public Works
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/17 - 11/1/18
A.
INSURANCE COMPANY: RLI Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+/ XI
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
$1M/$2M
E.
ADDITIONAL INSURED ENDORSEMENT—please attach
N Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
(What is limits provided?)
include): Is it included? (completed Operations status does
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
not apply to Waste Haulers or Recreation)
N Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
G.
HIRED AND NON -OWNED AUTO ONLY:
COMPLETED OPERATIONS ENDORSEMENT (completed
H.
NOTICE OF CANCELLATION:
Operations status does not apply to Waste Haulers)
N Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
N Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
N Yes ❑ No
J.
CAUTION! (Confirm that loss or liability of the named insured
is not limited solely by their negligence) Does endorsement
include "solely by negligence' wording?
❑ Yes N No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
N N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/17 - 11/1/18
A.
INSURANCE COMPANY: RLI Insurance Company
B.
AM BEST RATING (A-: VII or greater) A+ / XI
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D.
LIMITS - If Employees (Must be $1M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
1M+5M Excess Liab
E
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
N/A
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
N N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes N No
H.
NOTICE OF CANCELLATION:
❑ N/A N Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 11/1/17 -11/11/18
A.
INSURANCE COMPANY: RLI Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+ / XI
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater)
$1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® N/A ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY EFF 12/31/17-12/31/187 CARRIER: CONTINENTAL CASUALTY CO.
RATING: A/XV, ADMITTED, LIMIT: $2M/$2M ❑ N/A ® Yes ❑ No
V POLLUTION LIABILITY
❑ N/A ® Yes ❑ No
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO WHICH ITEMS NEED TO BE COMPLETED?
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
1/31/18
Date
® N/A ❑ Yes ❑ No
® Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _;
Self Insured Retention or Deductible greater than $ ) ❑ N/A [:]Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management Date
* Subject to the terms of the contract.