Loading...
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&amp, 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.