Loading...
HomeMy WebLinkAboutC-8087-2 - On-Call PSA for Geotechnical and Material Testing Servicesdwo "I I V 1'V1 V PAVEMENT ENGINEERING November 24, 2020 Mr. Alfred Castanon, PE Associate Civil Engineer CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 GMU Project 20-328-11 Project: City of Newport Beach — Via Lido Soud and Nord Water Main Replacement Project (Project Nos. 20W12, Contract C-7645-2) Subject: Proposal — Geotechnical Observation and Testing Services Reference: Plans for Via Lido Soud & Nord Water Main Replacement Project (C-7645-2, 20W 12) Dear Mr. Castanon: GMU is pleased to present this proposal to provide geotechnical observation and testing services for the subject project. This project is located in the City of Newport Beach. Our understanding of this project is based on our review of the referenced plans. We understand that this project is anticipated to require some backfill compaction testing, aggregate base and asphalt testing, and concrete cylinder fabrication. The project is anticipated to last 205 working days anticipated to begin in November of 2020 go through July 2021. SCOPE OF SERVICES Our services will consist of as -requested part time / periodic observation and testing of soils, asphalt concrete, and Portland cement concrete materials. The following bullets summarize our proposed scope of services. Soils, Aggregate Base, and AC: Where underlying soil or existing aggregate base is exposed (i.e., bottom of localized aggregate base and AC repairs and/or curb/gutter/PCC replacement areas), GMU will sample the backfill, aggregate base, and AC materials for various laboratory tests and perform compaction testing. GMU will collect backfill soil and aggregate base samples for maximum -density and optimum -moisture content tests for relative compaction determination. Additional testing, such as sand equivalent and AC other tests can also be performed upon request. GMU's Senior Engineering Technician will perform in-place density (compaction) and moisture -content tests using a nuclear gauge (ASTM D6938). Concrete Materials: A GMU Senior Engineering technician will perform field observations, sampling, and fabricating of concrete compression cylinders as directed by the City of Newport Beach. Concrete cylinders will be collected from the field and will be returned to our laboratory for compression testing. 23241 Arroyo Vista Rancho Santa Margarita I CA 92688 949.888.6513 1 FX: 949.888.1380 1 www.gmugeo.com Mr. Alfred Castanon, CITY OF NEWPORT BEACH Proposal to Provide Geotechnical Observation and Testing Services — Via Lido Soud and Nord Water Main Replacement Project (Project No. 20W12, Contract C-7645-2), City of Newport Beach, California Project Management and Engineering Support: Material submittals provided to us will be reviewed. The results of the laboratory tests will be prepared and presented in the laboratory test results report. A final report will be prepared at the end of the project that consists of all the daily field memos, laboratory test reports, density test locations/plans, and concrete compression test results. ESTIMATED FEE We propose to provide the above outlined services on a time -and -materials basis in accordance with our established on-call 2018-2021 City of Newport Beach Schedule of, including prevailing wage rates for work subject to prevailing wage requirements. City of Newport Beach Via Lido Soud and Nord Water Main Replacement ESTIMATED PROJECT TOTAL (TIME -AND -MATERIALS) $16,000.00 Note that GMU's scope and costs are highly dependent on the contractor's actual work schedule, the scope of work and costs outlined in this proposal should be considered an estimate only and additional budget may be required depending on the actual construction schedule or requests for observation/sampling/testing services by the City. Please notify us if the proposed scope of services does not meet your current needs, or if any significant changes are made to the proposed project limits so that we can revise our scope of services. Revision of the scope of services may affect the estimated fee. Please do not hesitate to call if you have any questions regarding this information. Attachment: Sincerely, GMU Ro W. Sc p, MSc, E C81529 Dir ctor of Pavement Engine ring Established On -Call City of Newport Beach 2018-2021 Schedule of Charges rws/ 20-328-11 (11/24/2020) November 24, 2020 Page 2 of 2 GMU Project 20-328-11 GMLJ GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 2018-2021 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 Associate Engineer or Geologist $ 230.00/hour Principal/Director $ 260.00/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 Soils Engineering Technician (Non -Prevailing Wage) $ 97.00/hour* Staff Soils Engineering Technician (Prevailing Wage) $ 107.00/hour* • Services provided under direct supervision of a Senior Soils Engineering Technician Senior Soils Engineering Technician (Non -Prevailing Wage) $ 115.00/hour* Senior Soils Engineering Technician (Prevailing Wage) $ 125.00/hour* • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (Non -Prevailing Wage) $ 115.00/hour* Registered Special Inspector (Prevailing Wage) $ 125.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing *Notes: ► No 4 -hour minimum charges apply. ► 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 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 "1 I V ITI V PAVEMENT ENGINEERING October 30, 2020 Mr. Alfred Castanon, PE Associate Civil Engineer CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 GMU Project 20-328-10 Project: City of Newport Beach — Water Transmission Main (Phase II) Valve Replacement Projects (Project Nos. 18W12 and 19W13, Contract C-7539-3) Subject: Proposal — Geotechnical Observation and Testing Services Reference: Plans for Water Transmission Main (Phase II) Valve Replacement Projects (Project Nos. 18W12 and 19W13, Contract C-7539-3). Dear Mr. Castanon: GMU is pleased to present this proposal to provide geotechnical observation and testing services for the Water Transmission Main (Phase II) Valve Replacement Projects (Project Nos. 18W12 and 19W13, Contract C-7539-3). These projects are located throughout the City of Newport Beach. Our understanding of this project is based on our review of the referenced plans. We understand that this project is anticipated to require some backfill compaction testing, aggregate base and asphalt testing, and concrete cylinder fabrication on each site and both projects are anticipated to last 152 working days each for a total of 304 working days estimated to begin in November of 2020 through June of 2022. SCOPE OF SERVICES Our services will consist of as -requested part time / periodic observation and testing of both soils and concrete materials. The following bullets summarize our proposed scope of services. We have developed our scope, testing frequencies, and assumed durations, summarized as follows: Soils, Aggregate Base, and AC: Where underlying soil or existing aggregate base is exposed (i.e., bottom of localized aggregate base and AC repairs and/or curb/gutter/PCC replacement areas), GMU will sample the backfill, aggregate base, and AC materials for various laboratory tests and perform compaction testing. GMU will collect backfill soil and aggregate base samples for maximum -density and optimum -moisture content tests for relative compaction determination. Additional testing, such as sand equivalent and AC other tests can also be performed upon request. GMU's Senior Engineering Technician will perform in-place density (compaction) and moisture -content tests using a nuclear gauge (ASTM D6938). • Concrete Materials: A GMU Senior Engineering technician will perform field observations, sampling, and fabricating of concrete compression cylinders as directed by the City of Newport 23241 Arroyo Vista Rancho Santa Margarita I CA 92688 949.888.6513 1 FX: 949.888.1380 1 www.gmugeo.com Mr. Alfred Castanon, CITY OF NEWPORT BEACH Proposal to Provide Geotechnical Observation and Testing Services — Water Transmission Main (Phase II) Valve Replacement Projects (Project Nos. 18W12 and 19W13, Contract C-7539-3), City of Newport Beach, California Beach. Concrete cylinders will be collected from the field and will be returned to our laboratory for compression testing. Project Management and Engineering Support: Material submittals provided to us will be reviewed. The results of the laboratory tests will be prepared and presented in the laboratory test results report. A final report will be prepared at the end of the project that consists of all the daily field memos, laboratory test reports, density test locations/plans, and concrete compression test results. ESTIMATED FEE We propose to provide the above outlined services on a time -and -materials basis in accordance with our established on-call 2018-2021 City of Newport Beach Schedule of, including prevailing wage rates for work subject to prevailing wage requirements. City of Newport Beach Water Transmission Main (Phase II) Valve Replacement Projects ESTIMATED PROJECT TOTAL (TIME -AND -MATERIALS) $40,000.00 Note that GMU's scope and costs are highly dependent on the contractor's actual work schedule, the scope of work and costs outlined in this proposal should be considered an estimate only and additional budget may be required depending on the actual construction schedule or requests for observation/sampling/testing services by the City. Please notify us if the proposed scope of services does not meet your current needs, or if any significant changes are made to the proposed project limits so that we can revise our scope of services. Revision of the scope of services may affect the estimated fee. Please do not hesitate to call if you have any questions regarding this information. Sincerely, GMU VVi6 J Ro W. Schlierkamp, MSc,rring 29 arc�L►F°�' Dir ctor of Pavement Engine Attachment: Established On -Call City of Newport Beach 2018-2021 Schedule of Charges dra/rws/ 20-328-10 (10/30/2020) October 30, 2020 Page 2 of 2 GMU Project 20-328-10 GMLJ GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 2018-2021 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 Associate Engineer or Geologist $ 230.00/hour Principal/Director $ 260.00/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 Soils Engineering Technician (Non -Prevailing Wage) $ 97.00/hour* Staff Soils Engineering Technician (Prevailing Wage) $ 107.00/hour* • Services provided under direct supervision of a Senior Soils Engineering Technician Senior Soils Engineering Technician (Non -Prevailing Wage) $ 115.00/hour* Senior Soils Engineering Technician (Prevailing Wage) $ 125.00/hour* • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (Non -Prevailing Wage) $ 115.00/hour* Registered Special Inspector (Prevailing Wage) $ 125.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing *Notes: ► No 4 -hour minimum charges apply. ► 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 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 Al""I I V 1'V1 V PAVEMENT ENGINE ERIN❑ April 28, 2020 Ms. Patricia Kharazmi, PE Associate Civil Engineer CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 GMU Proposal 19-239-1OP Project: City of Newport Beach — Cameo Highlands Street Reconstruction Project (20R21, Contract No. 7067-2) Subject: Proposal — Quality Assurance Observation and Testing Services Reference: Plans and Specifications for Cameo Highlands Street Reconstruction Project (20R21, Contract No. 7067-2), signed March 24, 2020. Dear Ms. Kharazmi, GMU is pleased to present this proposal to provide quality assurance (QA) observation and testing services for the Cameo Highlands Street Reconstruction project. This project is located within the Cameo Highlands neighborhood, north of the East Coast Highway (ECH) and Cameo Highlands Drive intersection in the City of Newport Beach. Our understanding of this project is based on our review of the referenced plans and specifications. We understand that this project is anticipated to take place over approximately 90 consecutive working days and anticipated to start in late June 2020. In summary, improvements generally include various concrete replacements (cross gutter, driveway approaches, sidewalks), 12 -inch deep excavations, installation of Mirafi RS580i geotextile, 8 -inch thick crushed misc. base, and 4 - inch thick AC. SCOPE OF SERVICES Our services will consist of part time / periodic observation and testing of various materials. The following bullets summarize our proposed scope of services. We have developed our scope, testing frequencies, and assumed durations, summarized as follows: Test Strip Construction Support: It is our understanding that a test strip will be constructed to evaluate the subgrade stabilization strategy (i.e., use of geotextile and construction of 8 to 12 inches of CMB). GMU will collect samples from the test strip area for various laboratory tests (moisture content, subgrade soil classification, and maximum -density & optimum - moisture content) to characterize the test strip area. In-place density of the subgrade and aggregate base materials will be tested using a nuclear gauge. 23241 Arroyo Vista Rancho Santa Margarita I CA 92688 949.888.6513 1 FX 9498881380 1 www.gmugeo.com Ms. Patricia Kharazmi, CITY OF NEWPORT BEACH Proposal to Provide Materials Observation and Testing Services — Cameo Highlands Street Reconstruction (7067-2, 20R21) Project, City of Newport Beach, California Soils: Where underlying soil or existing aggregate base is exposed (i.e., bottom of the excavations), GMU will sample the material for various laboratory tests and perform compaction testing. Laboratory testing will include maximum -density and optimum -moisture content tests for relative compaction determination. Additional testing, such as R -value, sand equivalent, corrosivity, and other tests can also be performed upon request. GMU's Senior Engineering Technician will perform in-place density (compaction) and moisture -content tests using a nuclear gauge (ASTM D6938). o Duration: Our budget includes 80 hours of observation/testing/sampling by a GMU Senior Engineering Technician. o Laboratory Testing: We have assumed six (6) maximum -density and optimum - moisture content tests (ASTMD1557) will be performed. Asphalt Concrete Materials : A GMU Senior Engineering technician will perform field observations, sampling, and testing of AC base and AC surface materials, including measurement of in-place density using a nuclear gauge (ASTM D2950), as well as monitor temperatures, mix appearance, lift thicknesses, and general AC paving operations. Samples collected from the field and/or plant will be returned to our Caltrans -certified laboratory for various tests. o Duration: Our budget includes 80 hours of observation/testing/sampling by a GMU Senior Engineering Technician. o Laboratory Testing: Four (4) Hveem Stability (CT 304/366), four (4) Hveem maximum density (CT 308), eight (8) asphalt binder content (CT 382), eight (8) extracted gradation (CT 202) tests to evaluate approximately 5,000 tons ofAC base course and 3, 000 tons ofAC surface course materials. Project Management and Engineering Support: Roger Schlierkamp, Director of Pavement Engineering, will manage and oversee the quality assurance aspects of this project, including attendance of pre -construction and field meetings. His experience includes managing a number of similar past municipal asphalt pavement projects as the Quality Assurance Manager and he possesses a thorough understanding of the construction observation and testing as it relates to quality assurance. Material submittals provided to us will be reviewed. The results of the laboratory tests will be prepared and presented in the laboratory test results report. A final report will be prepared at the end of the project that consists of all the daily field memos, laboratory test reports, density test locations/plans, and our certifications. April 28, 2020 Page 2 of 3 GMU Project 19-239-1OP Ms. Patricia Kharazmi, CITY OF NEWPORT BEACH Proposal to Provide Materials Observation and Testing Services — Cameo Highlands Street Reconstruction (7067-2, 20R21) Project, City of Newport Beach, California ESTIMATED FEE We propose to provide the above outlined services on a time -and -materials basis in accordance with our established on-call 2018-2021 City of Newport Beach Schedule of, including prevailing wage rates for work subject to prevailing wage requirements. City of Newport Beach Bonita Canyon Drive and Ford Road Rehabilitation ESTIMATED PROJECT TOTAL (TIME -AND -MATERIALS) $39,760.00 Note that GMU's scope and costs are highly dependent on the contractor's actual work schedule, means -and -methods, efficiency, as well as the duration or amount of observation, sampling, and testing that may be requested by the City. Given this, the scope of work and costs outlined in this proposal should be considered an estimate only and additional budget may be required depending on the actual construction schedule or requests for observation/sampling/testing services by the City. Please notify us if the proposed scope of services does not meet your current needs, or if any significant changes are made to the proposed project limits so that we can revise our scope of services. Revision of the scope of services may affect the estimated fee. The proposed scope of services is consistent with the level of care and skill ordinarily exercised by engineering professionals with experience in this area. No warranty, either expressed or implied, is made. Please do not hesitate to call if you have any questions regarding this information. Sincerely, �QRafsssroGMU g 081529 C R er W. Schlierkamp, MS , PE C81529 Director of Pavement Engineering Attachments: • Established On -Call City of Newport Beach 2018-2021 Schedule of Charges • AMRL and Caltrans Certifications rws/ 19-239-1OP(4/28/2020) April 28, 2020 Page 3 of 3 GMU Project 19-239-1OP GMLJ GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 2018-2021 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 Associate Engineer or Geologist $ 230.00/hour Principal/Director $ 260.00/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 Soils Engineering Technician (Non -Prevailing Wage) $ 97.00/hour* Staff Soils Engineering Technician (Prevailing Wage) $ 107.00/hour* • Services provided under direct supervision of a Senior Soils Engineering Technician Senior Soils Engineering Technician (Non -Prevailing Wage) $ 115.00/hour* Senior Soils Engineering Technician (Prevailing Wage) $ 125.00/hour* • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (Non -Prevailing Wage) $ 115.00/hour* Registered Special Inspector (Prevailing Wage) $ 125.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing *Notes: ► No 4 -hour minimum charges apply. ► 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 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 AASH O A C C R E D I T E D CERTIFICATE OF ACCREDITATION GMU Geotechnical, Inc. in AMERICAN ASSOCIATION nc STATF HIGHWAY •No COALS AASH O Rancho Santa Margarita, California, USA has demonstrated proficiency for the testing of construction materials and has conformed to the requirements established in AASHTO R 18 and the AASHTO Accreditation policies established by the AASHTO Committee on Materials and Pavements. The scope of accreditation can be viewed on the Directory of AASHTO Accredited Laboratories (aashtoresource.org). J� Tymon, AASHTO Executive Director Moe Jamshidi, AASHTO COMP Chair This certificate was generated on 03/11/2020 at 6:11 PM Eastern Time. Please confirm the current accreditation status of this laboratory at aashtoresource.org/aap/accreditation-directory SIAD TL -0113: CALTRANS ACCREDITATION LABORATORY INSPECTION REPORT STATE OF CALIFORNIA i A i CALTRANS ACCREDITATION LABORATORY INSPECTION REPORT Expiration Date: 2020-03-06 Inspected By: Ashley Shaw IA No.: 68 Phone: 949-279-8731 RSP #: 104 File: Material Category 500 Laboratory: GMU Geotechnical Inc. Address: 23241 Arroyo Vista Rancho Santa Margarita CA, 92688 Lab QC Mgr.: Mike Moscrop E-mail: mmoscrop@gmugeo.com Telephone: 949-888-6513 Fax #,: 949-888-1380 A certified Independent Assurance (IA) visited this laboratory on (Date) b MarLk 2Q 1 `j Only the equipment to be used on Caltrans Construction projects and/or local construction projects on the National Highway System was checked for qualification. At the time of Caltrans Accreditation, this laboratory had all necessary equipment to perform the test methods indicated below. Testing personnel shall be Caltrans Qualified and possess a current Caltrans Certification Form TL -0111 or AASHTO Proficiency Form TL -0115 prior to performing any sampling or testing. CT 105 CT 106 CT 125 ADMIX CT 125 AGG CT 125 BIT CT 125 GEN CT 125 HMA CT 125 PCC CT 201 CT 202 CT 204 CT 205 CT 206 CT 207 CT 209 CT 216 CT 217 CT 226 CT 227 CT 231 CT 301 CT 304 CT 308 CT 309 CT 366 CT 375 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 stickers afried to test equipment (dated within the 12 months) On -!J(.,1101 , this laboratory was Caltrans Qualified by: �shl�y R s kap (Printed name of IA person) -Oj�R -�. (Signature &t IA person) Please verify lab accreditation by visiting SIAD website: https://sia.dot.ca.gov/ Page 1/1 July 11, 2019 Revised (9-24-2019) Ms. Anna Luz R. Baldenegro, PE Associate Civil Engineer CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, CA 92660 GMU P-19133 Subject: Proposal to Provide Construction Observation and Testing, Sewer Main Lining and Repairs (C-7538-1), City of Newport Beach, CA Reference: Specifications, City of Newport Beach Public Works Department, Sewer Main Lining and Repairs (C-7538-1), prepared by Walden & Associates, dated June 3, 2019. Addendum 1 Specifications, City of Newport Beach Public Works Department, Sewer and Storm Drain Systems Rehabilitation Project, Contract No. 7538-1, dated June 27, 2019. Addendum 2 Specifications, City of Newport Beach Public Works Department, Sewer & Storm Drain Systems Rehabilitation Project, Contract No. 7538-1, dated July 3, 2019. Dear Ms. Baldenegro: GMU Geotechnical, Inc. (GMU) is pleased to submit this revised proposal and budget estimate to provide observation and testing services for the subject project. Our proposal and budget estimate is based on the above -referenced documents, and assumed construction schedule based on our experience with similar projects. In addition, this proposal has been revised as requested by you to limit our scope of work and observation and testing in order to meet the City's budget. The following locations are anticipated to receive repair to existing lines: • Task Area 1 — E Coast Hwy & Cameo Highlands Dr. • Task Area 5 — 10"' Street • Area 6 — line R08 011 • Area 9 — line L31_056 • Area 14 — line L31_035 • Area 21 — line FO1_134 • Area 23 — line E 18 121 23241 Arroyo Vista Rancho Santa Margarita I CA 92688 949.888.6513 1 FX: 949.888.1380 1 wwwgmugeo.com Ms. Anna Luz R. Baldenegro, CITY OF NEWPORT BEACH Proposal to Provide Construction Observation and Testing, Sewer Main Lining and Repairs (C-7538-1), City of Newport Beach, California SOILS TECHNICIAN, AND LABORATORY TESTING SERVICES Assumptions • GMU will provide a senior engineering technician during placement of bedding material and backfill within repair areas. • GMI will provide a senior engineering technician during placement of aggregate base and asphalt concrete pavement. • Samples will be collected and materials testing will be performed in accordance with the project plans, specifications, City of Newport Beach requirements, and Chapter 17 of the CBC. Scope of Work 1. Provide the service of a Senior Engineering Technician on as -needed basis during the placement of backfill. 2. Provide the services of a Senior Engineering Technician on as -needed basis during placement of aggregate base for pavements. 3. Provide the services of a Senior Engineering Technician on as -needed basis during AC placement, when requested. 4. Perform the necessary laboratory testing to support geotechnical field density testing. 5. Provide the services of a Registered Geologist/Engineer to supervise the project (i.e., support our field technician, attend project meetings, review data, prepare project correspondence, etc.). Performance Schedule Our cost estimate below assumes that the grading and on-site construction (geotechnical and special inspection) operations will be performed in a time -efficient manner without overtime. Our cost was developed based on an assumed schedule and our experience with similar projects. If a construction schedule becomes available, please provide us with a copy for our review in order to adjust our estimate accordingly. July 12, 2019 2 GMU P 19133 Revised September 24, 2019 Ms. Anna Luz R. Baldenegro, CITY OF NEWPORT BEACH Proposal to Provide Construction Observation and Testing, Sewer Main Lining and Repairs (C-7538-1), City of Newport Beach, California Cost Estimates Task Personnel Estimated Cost Hours Backfill of Repaired Lines Senior Engineering Technician 40 $5,000 Aggregate Base Testing Senior Engineering Technician 20 $2,500 Asphalt Concrete placement Senior Engineering Technician 30 $3,750 Laboratory Testing Laboratory Technician 13 $1,495 Project Management Project Manager/Engineer 10 $1,950 support/oversight/review field dailies/coordination Total Estimate (T&M) Cost: $14,695 The proposed construction services will be provided on a time -and -expense basis in accordance with our attached Schedule of Charges. In the event that our scope of work exceeds that described above, or if additional manhours are required due to project delays or contractors' inefficiencies, or if our assumed schedule is different than the contractor's schedule, we will contact you to determine how you would like to proceed prior to providing additional services. We note that our estimate does not utilize the 4 and 8 -hour minimum. Our billing will be based on actual hours worked. In addition, our hourly rate is all inclusive. There will not be hidden or additional fees for vehicle usage, mileage, equipment, etc. We thank you for the opportunity to submit this cost proposal. Please do not hesitate to contact the undersigned if you have any questions regarding this proposal. Respectfully submitted, GMU GEOTECHNICAL, INC. <–,— Nadim Sunna, M.Sc., QSP, PE Project Manager/ Senior Engineer Attachment(s): 2018-2021 Schedule of Charges July 12, 2019 3 GMU P 19133 Revised September 24, 2019 GMLJ GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 2018-2021 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 Associate Engineer or Geologist $ 230.00/hour Principal/Director $ 260.00/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 Soils Engineering Technician (Non -Prevailing Wage) $ 97.00/hour* Staff Soils Engineering Technician (Prevailing Wage) $ 107.00/hour* • Services provided under direct supervision of a Senior Soils Engineering Technician Senior Soils Engineering Technician (Non -Prevailing Wage) $ 115.00/hour* Senior Soils Engineering Technician (Prevailing Wage) $ 125.00/hour* • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (Non -Prevailing Wage) $ 115.00/hour* Registered Special Inspector (Prevailing Wage) $ 125.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing *Notes: ► No 4 -hour minimum charges apply. ► 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 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 GEOTECHNICAL, INC. October 5, 2018 (Revised October 11, 2018) Ms. Kathryne Cho Civil Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 100 Civic Center Drive 23241 Arroyo Vista Rancho Santa Margarita CA 92688 voice: 949.888,6513 fax: 949.888.1380 web: wvvw.gmugeo.com Newport Beach, CA 92660 GMU Proposal P-18183 Subject: Proposal to Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (I 9P 11), Newport Beach, California IIIINIMI&MMT141 GMU Geotechnical, Inc. (GMU) is pleased to submit this proposal to provide to provide geotechnical investigation and design services, and construction observation and testing services for the proposed Grant Howald Park Rehabilitation project in the City of Newport Beach, California. Our proposal is based on our review of the request for proposal (RFP) from the City of Newport Beach and correspondence with you on October 1, 2018. We understand that the project consist of rehabilitation the existing Grant Howald Park by replacing the existing turf with synthetic turf field system, reconfiguring fencing, installing new landscape and hardscape, and relocating retaining walls. The relocation and height of the retaining walls were unknown at the time this proposal was prepared. On this basis, and for the purpose of preparing this proposal, we have assumed the retaining walls are 6 feet or less in height. This proposal is valid for a period of ninety (90) days. We appreciate the opportunity to submit our proposal for your important projects. Should you have any questions regarding anything contained within this proposal, please feel free to contact Mr. Nadim Sunna directly at 949-546-0090. Sincerely, GMU GEOTECHNICAL, INC. Q IS8IOA1, T. C 84197 Nadim Sunna, M.Sc., P.E. 84197 OF fr"A�\� Project Geotechnical Engineer Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal. Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19P11), Newport Beach, California Table of Contents 1. Personnel ............................. 2. Qualifications Information.. 3. Project -Specific Experience 4. Geotechnical Report Scope. 5. Budget Estimate .................. Attachment: City of Newport Beach 2018-2021 Schedule of Charges October 5, 2018 ii GMU Proposal P-18183 (Revised October 11, 2018) 1 2 3 4 6 Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal. Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (191`11), Newport Beach, California 1. Personnel Nadim Sunna, MS, PE has over 7 years of experience within the geotechnical engineering and material testing and inspection industry. Nadim has managed material and testing projects throughout Southern California from Public Works streets improvements projects to private high-rise buildings in the City of Los Angeles. His geotechnical engineering background and knowledge of Chapter 17 of the California Building Code enables him to effectively provide the project the attention it needs to be constructed in accordance with the project construction documents and in an economic way with respect to the inspection and testing services. Nadim also has exclusive and extensive experience in provide geotechnical design and construction oversight during construction and rehabilitation of parks and sports field in Southern California, in particular to the installation of synthetic fields. Gregory P. Silver, MS, PE, GE possesses extensive experience since 1989 working for numerous Cities serving in the capacity as the City's Geotechnical Engineer. A sampling of these Cities includes Laguna Niguel, Chino Hills, Mission Viejo, Newport Beach, Dana Point, Malibu, Moorpark, Rancho Palos Verdes, Vista, Agoura Hills, Palos Verdes Estates, and Hidden Hills. Mr. Silver's experience within these municipalities includes pavement design, review work, policy establishment, geotechnical design for City projects, management of inspection and testing for public works projects, landslide disaster response, coordination with FEMA and other state and federal agencies, and legal/forensic representation. October 5, 2018 (Revised October 11, 2018) "Nadim Sunna, VIS, PE 84197 Project Geotechnical Engineer Project tl1lanager/ Engineer Gregory Silver, VIS, PE 47853, GE 2336 G VU% s President and Principal Engineer QC-IQA Reviewer GMU Proposal P-18183 Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal: Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19P11), Newport Beach, California 2. Qualifications Information Information regarding GMU's experience and qualifications related to projects similar to those that the City of Newport Beach requires are presented within this section. I GEOTECHNICAL DESIGN SERVICES Located in Rancho Santa Margarita, CA, GMU's office houses a 42 -person team of highly qualified professional engineers and geologists with experience in all phases of geotechnical engineering, pavement engineering, and engineering geology. GMU's staff includes: • 8 professional and geotechnical engineers licensed in California • 5 certified engineering geologists licensed in California IGEOTECHNICAL AND MATERIALS TESTING LABORATORY GMU maintains a complete in-house geotechnical and materials testing laboratory. Our laboratory equipment is continually updated and calibrated to meet the most current specifications. Our laboratory is approved by AASHTO/AMRL, Caltrans, City of Los Angeles, and the County of Orange Materials Testing Division. Testing will be performed in accordance to California Test Methods (CTM), American Society for Testing and Materials (ASTM), and American Association of State Highway and Transportation Officials (AASHTO). Our laboratory complies with the County of Orange Standards and Procedures, Greenbook Specifications, Caltrans Standards, ASTM Standards, AASHTO Standards, and APWA Standards. GMU team also holds Concrete and Cement Reference Laboratory (CCRL) accreditation. CONLMITMENT TO QUALITY GMU ensures quality laboratory services with state-of-the-art equipment, an in-house Quality Assurance Program (QAP available upon request), strict compliance with industry standards, and total customer satisfaction. CONSTRUCTION MONITORING, TESTING, AND INSPECTION GEOTECHNICAL/PAVEMENT CONSTRUCTION MONITORING AND TESTING/SPECIAL INSPECTIONS GMU's engineering technicians perform comprehensive observation and testing services for all types of capital improvement projects including: rough/mass grading operations, utility trench backfill, retaining wall backfill, ground improvement, ground preparation for foundations, asphalt and concrete pavement rehabilitation, pile foundation observations, and tieback/soil nail wall observation and testing. GMU also provides a full range of special inspections including: reinforced concrete, post -tensioned concrete, structural masonry, structural steel welding, structural bolting, spray applied fireproofing, and shear wall/panel inspections. GMU's engineering technicians are Caltrans -certified while its special inspectors are ICC and ACI certified. Our design and construction services will comply with the City of Newport Beach requirement October 5, 2018 2 GMU Proposal P-18183 (Revised October 11, 2018) Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal. Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19PII), Newport Beach, California and, California Building Code, Greenbook Specifications, Caltrans Standards, ASTM Standards, AASHTO Standards, and APWA Standards. In addition, many of GMU's technicians are dual qualified/certified as soils engineering and ACI technicians, and are licensed as Deputy Inspectors for the City of Newport Beach. This dual qualification provides our clients a significant cost savings on select jobs as one technician/inspector can handle both soils and special inspection duties. FULL RANGE OF GEOTECHNICAL AND MATERIALS TESTING GMU provides quality control testing and special inspection services for the following: Soils • Engineered fill • Trench bedding and backfill • Foundation excavation • Soil subgrade • Wall backfill Construction Materials • Pre -cast concrete • Cast in-place concrete • Structural steel/Welding • High strength bolts • Structural masonry • Piles and caissons 3. Project -Specific Experience 1. Grand Avenue Park Rehabilitation — City of Chino Hills (2018) GMU provided geotechnical design services and construction observation and testing services for rehabilitation of the existing Grand Avenue Park in the City of Chino Hills, California. The rehabilitation included the removal of existing turf and replacing it with synthetic turf that incorporates a patented drainage and layered sub -system and an enhanced volume of infill to reduce potential for injuries. GMU explored the 140,000+ square feet soccer fields by performing drill holes, collecting soil samples for laboratory testing and preparing a geotechnical report for the civil engineer and turf manufacture to use. GMU collaborated with turf installer/manufacture to develop project plans and specification tailored to the project needs and project specific based on the soil conditions encountered. GMU also provided construction observation and testing during the construction of the field, which included subgrade preparation, sampling of the material from the batch plant and site for laboratory testing, performing compaction testing, and performing flood testing to confirm that the drainage layer meets and exceeds the minimum permeability requirement. Pavement • Asphalt concrete compaction • Asphalt concrete mix testing • Slurry seal testing • Batch plants (concrete and AC) • Aggregate base October 5, 2018 3 GMU Proposal P-18183 (Revised October 11, 2018) Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal: Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19P11), Newport Beach, California 2. Orange Coast College Baseball Field Renovation — Costa Mesa (2017) GMU provided geotechnical design services and construction observation and testing services during the renovation of the existing 160,000+ square feet baseball field within Orange Coast College in the City of Costa Mesa, California. The renovation consisted of removing the existing natural turf and replacing it with synthetic turf and underlying drainage system due to the clay material encountered and lack of infiltration into the site soils. In addition, new outfield fencing, maintenance gates and some minor concrete hardscape/flatwork was installed. GMU performed a field investigation, obtained samples for laboratory testing, performed percolation testing in accordance with the County of Orange Technical Guidance Document, and prepared a geotechnical engineering report. GMU's experience with soils types in the City of Costa Mesa was an advantage in identifying soil -related obstacles, relaying the information to the design team and cost-effectively mitigating during construction. 4. Geotechnical Report Scope Based on our understanding of the project, we have developed the following scope of services: Task 1 — Review Background Information, Dig Alert, and Site Visit Task 2 — Field Exploration Program Task 3 — Laboratory Testing Program Task 4 — Conduct Engineering Analysis Task 5 — Prepare a Final Report The following sections summarize our work for each task. Task 1 — Review Background Information, Site Visit and Dig Alert • Review available data for the existing park. • Review available published and unpublished geologic literature contained in our files, including publications prepared by the California Geological Survey (CGS) and the United State Geological Survey (USGS); • Observe the existing site conditions and document our observation and findings. • Mark locations of our planned subsurface explorations. As required by law, we will notify Underground Service Alert (USA) of the proposed exploration locations prior to drilling. October 5, 2018 4 GN/FU Proposal P-18183 (Revised October 11, 2018) Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal: Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19P11), Newport Beach, California Task 2 — Field Exploration Program / Infiltration Testing • We proposed to explore the site by performing four (4) to six (6) drill holes to a maximum depth of 15 feet below the existing grade. • We also propose to excavate two (2) drill holes to depth 1 to 2 feet below the existing grade for the purpose for performing infiltration testing in accordance with the County of Orange Technical Guidance Document. • The drill holes will be performed under the observation of a project/staff engineer; and • Bulk samples, Standard Penetration Testing (SPT) and drive samples will be obtained for laboratory testing. • We have assumed that the infiltration drilling and testing will occur during the same time as our field exploration. If additional testing is needed, GMU can provide a revised cost to provide this service. • We have assumed that a water source is available onsite to perform the infiltration testing. Task 3 — Laboratory Testing Program Laboratory testing will be performed to evaluate various engineering properties of the sub -surface materials. Laboratory tests will include: • In-place moisture and density; • Laboratory soil classification (No. 200 wash and Atterberg Limits); • Maximum density and optimum moisture content; • Direct shear testing; • Expansion Index testing; • R -value testing; and • Corrosion (pH, resistivity, chlorides, soluble sulfates). The exact quantities and types of tests will depend on the material types encountered during our subsurface exploration. Task 4 — Conduct Engineering Analysis • Evaluation of general subsurface conditions and description of types, distribution, and engineering characteristics of subsurface materials at the site; • Recommendations for subgrade preparation and corrective grading; • Recommendations for proper drainage; • Evaluation of groundwater depth and impact on the proposed construction; • Retaining wall foundation recommendations, including allowable bearing capacity, friction coefficient, and allowable passive pressure, and lateral earth pressures for design of retaining walls that are retaining 6 feet of earth or less (active and passive pressure for walls that are allowed to rotate); October 5, 2018 5 GMU Proposal P-18183 (Revised October 11, 2018) Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal: Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19P11), Newport Beach, California • Pole foundation recommendations for new fencing and light poles; • Concrete flatwork/hardscape recommendations, including minimum thickness, recommended concrete reinforcement and concrete type; • Evaluation of expansion potential and recommendations for mitigation; and • Evaluation of corrosion potential of the on-site earth materials and concrete recommendations. Task 5 — Prepare a Preliminary Geotechnical Report A preliminary geotechnical report will be prepared summarizing the data collected and presenting our findings, conclusions, and geotechnical recommendations for design and construction. The report will include the following: • Site location map and field exploration map. • Laboratory testing results. • Acceptability of the site soils for use as fill and backfill. • Remedial grading recommendations. • Installation of underground utilities. • Recommendations in accordance with Task 4. The provided final report will be signed by a California -registered civil engineer. Task 6 — Engineering Consultation During Design/Review Plans We propose to provide engineering consultation during the development of design documents, response to review comments, and review consultant's bid package prior to bed to confirm compliance with the project geotechnical report. We have budgeted for one (1) round of review of the bid documents. Any additional reviews will be billed on a time -and -material basis in accordance with the attached schedule of fees. 5. Budget Estimate We will provide the above outline scope of work on a time -and -materials basis in accordance with the attached 2018-2021 Schedule of Charges. The estimated cost for each phase and task is as follows: Task 1 — Review Background Information, Site Visit and Dig Alert .........................$ 1,820 Task 2 — Field Exploration Program / Infiltration Testing .....................................$ 6,270 Task 3 — Laboratory Testing Program............................................................$ 3,185 Task 4 — Conduct Engineering Analyses......................................................... $ 2,020 Task 5 — Prepare a Final Report....................................................................$ 2,410 Task 6 — Engineering Consultation During Design/Review Plans .............................$ 1,560 TOTAL BUDGET ESTIMATE (Geotechnical Report) : $ 17,265 October 5, 2018 6 GMU Proposal P-18183 (Revised October 11, 2018) Ms. Kathryne Cho, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Proposal: Provide Geotechnical Investigation and Design Services, and Construction Observation and Testing, Grant Howald Park Rehabilitation (19P11), Newport Beach, California Please notify us if the proposed scope of services does not meet your current needs, or if any significant changes are made to the proposed development so that we can revise our scope of services. Revision of the scope of services may affect the estimated fee. The proposed scope of services is consistent with the level of care and skill ordinarily exercised by engineering professionals with experience in this area. No warranty, either expressed or implied, is made. We will provide our services as outlined in this proposal on a time -and -expense basis in accordance with our attached schedule of charges. Our total fees for our services will not exceed the above budget estimate unless the scope of our services is increased beyond that described in this proposal. The amount of our total budget estimate would not be exceeded without prior authorization. This proposal is not based on a contractor's schedule of work but based on the information provided in the reference document and our experience working on projects of similar size and scope. If a contractor's schedule of work is provided upon the award of the subject project, pending our review, GMU's budget estimate may be revised as necessary. CLOSURE We appreciate the opportunity to submit this proposal. Should you have any questions or comments, please feel free to call Nadim Surma anytime at 949-888-6513. October 5, 2018 7 GMU Proposal P-18183 (Revised October 11, 2018) (;qu GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 2018-2021 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 Associate Engineer or Geologist $ 230.00/hour Principal/Director $ 260.00/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 Soils Engineering Technician $ 97.00/hour* • Services provided under direct supervision of a Senior Soils Engineering Technician Senior Soils Engineering Technician $ 1 15.00/hour* • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector $ 1 15.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing *Notes: ► For nuclear density gauge, and equipment for testing, inspection, and sampling, add $5.00/hour. ► No 4 -hour minimum charges apply. ► 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. ► For prevailing wage, add $10.00/hour. LABORATORY TESTING SERVICES Laboratory Testing $ 115.00/hour (For 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 ON-CALL PROFESSIONAL SERVICES AGREEMENT WITH GMU GEOTECHNICAL, INC. FOR GEOTECHNICAL AND MATERIAL TESTING SERVICES THIS ON-CALL PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 10th day of July, 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 24231 Arroyo Vista, Rancho Santa Margarita, CA 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 and material testing services on an on-call or as -needed basis ("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, 2021, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED 2.1 Consultant shall perform the on-call services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Upon written request from the Project Administrator as defined herein, Consultant shall provide a letter proposal for Services requested by the City (hereinafter referred to as the "Letter Proposal"). The Letter Proposal shall include the following: 2.1.1 A detailed description of the Services to be provided; 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; and 2.1.3 The estimated number of hours and cost to complete the Services, 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Consultant shall diligently perform the duties in the approved Letter Proposal. 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 and the Letter Proposal. 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 and the Letter Proposal, 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 Letter Proposal 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 Three Hundred Thousand Dollars and 00/100 ($300,000.00), 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 GMU Geotechnical, Inc. Page 2 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 and the Letter Proposal 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. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B and the Letter Proposal. 5. 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 Gregory P. Silver 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. 6. ADMINISTRATION 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 GMU Geotechnical, Inc. Page 3 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. 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, employees and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this (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 GMU Geotechnical, Inc. Page 4 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 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. GMU Geotechnical, Inc. Page 5 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 and the Letter Proposal. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual 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 GMU Geotechnical, Inc. Page 6 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 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 (.tiff) 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, GMU Geotechnical, Inc. Page 7 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 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") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant shall conform to all requirements therein. 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. GMU Geotechnical, Inc. Page 8 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 25.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Gregory P. Silver GMU Geotechnical, Inc. 24231 Arroyo Vista Rancho Santa Margarita, CA 92688 26. CLAIMS 26.1 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.). 26.2 To the extent that Consultant's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor/Consultant's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, GMU Geotechnical, Inc. Page 9 Consultant shall be required to file such claim with the 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 28.1 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 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. 28.2 Unless otherwise exempt by law, Consultant warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Consultant further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or GMU Geotechnical, Inc. Page 10 subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 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. 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. GMU Geotechnical, Inc. Page 11 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 12 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: JtAAr(-: 2642018 By: (4a Aaron C. Har City Attorney C ATTEST: � 3� Date: a By: OMh� JIB Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: B` arshaII 5)&ff y ID uffieId Mayor CONSULTANT: GMU Geotechnical, Inc., a California corporation Date: in Signed in Counterpart Gregory P. Silver CEO/President Date: Signed in Counterpart Aron R. Taylor Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements GMU Geotechnical, Inc. Page 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: TUNE 26, 2yrs � � ABy: G U✓ Aaron C arp City Aft&Epky osm� ATTEST: Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Marshall "Duffy" Duffield Mayor CONSULTANT: GMU Geotechnical, Inc., a Califor is orpo Date: By: Gregory . Sily CEO/Presi ent Date: '2 / I t By: h�44V Aron R. Taylor Chief Financi I Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements GMU Geotechnical, Inc. Page 13 EXHIBIT A SCOPE OF SERVICES GMU Geotechnical, Inc. Page A-1 EXHIBIT A SCOPE OF WORK ON-CALL GEOTECHNICAL AND MATERIAL TESTING SERVICES The following scope of work includes, but is not necessarily limited to the services listed herein: • Conduct geotechnical observation, field and lab testing for various types of projects including but not limited to, above and below ground structures, earthwork and grading, slope stability analysis, gravity and pressure pipelines, and roadway construction; • Observe and test trench backfill, street subgrade, base material, asphalt concrete (AC), Portland Cement Concrete (PCC) and any other material; • Perform compaction testing of various materials, laboratory testing related to all aspects of geotechnical engineering; • Perform wet track abrasion testing for slurry seals; • Prepare geotechnical engineering reports with recommendations such as pavement design and compaction reports, subgrade treatment, and various geotechnical engineering studies; • Attend field meetings and other geotechnical support services as requested, • Perform field investigation such as pavement coring and boring; and • Collaborate and work with City staff on various projects as assigned. In addition to the services above, Consultant may also provide any other services the Consultant is capable of providing as they relate to the scope of work. EXHIBIT B SCHEDULE OF BILLING RATES GMU Geotechnical, Inc. Page B-1 GMLJ GEOTECHNICAL, INC. CITY OF NEWPORT BEACH 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 Associate Engineer or Geologist $ 230.00/hour Principal/Director $ 260.00/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 Soils Engineering Technician (Non -Prevailing Wage) $ 97.00/hour* Staff Soils Engineering Technician (Prevailing Wage) $ 107.00/hour* • Services provided under direct supervision of a Senior Soils Engineering Technician Senior Soils Engineering Technician (Non -Prevailing Wage) $ 115.00/hour* Senior Soils Engineering Technician (Prevailing Wage) $ 125.00/hour* • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Registered Special Inspector (Non -Prevailing Wage) $ 1 15.00/hour* Registered Special Inspector (Prevailing Wage) $ 125.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing *Notes: ► No 4 -hour minimum charges apply. ► 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 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 (NV Soil and Aggregate Tests GEOTECHNICAL, INC. Caltrans ASTM AASHTO Identification and Index Properties Rate (each) 226 D2216 T265 Moisture Content of Soil or Rock ..................................... ..................................... ..... $12 - D2937 Moisture Content and Density (6 inch tube or rings) .................................................. $30 - D2937 Moisture Content & Density (Shelby tube or requires cutting) .................................. $55 204 D4318 T89, T90 Atterberg Limits......................................................................................................... $230 204 D4318 T89, T90 Atterberg Limits (Wet Preparation)............................................................................. $316 204 D4318 T89, T90 Single Point/Non-plastic................................................................._........................... $115 227 - - Test for Evaluating Cleanness of Coarse Aggregates ................................................. $230 229 D3744 - Aggregate Durability Index......................................................................................... $287 202 C136 T27 Particle Size Analysis — Full Sieve (3/4 -inch to minus No. 200) .............................. $230 203 D422 T88 — Hydrometer only $150 203 D422 T88 — Sieve & Hydrometer $345 202 Dl 140 Tl l — No. 200 wash only $175 209 D854 T100 Specific Gravity of Soil............................................................................................... $230 207 C128 T84 Fine Aggregates Specific Gravity and Absorption...................................................... $230 206 C127 T85 Coarse Aggregates Specific Gravity and Absorption .................................................. $145 - C1252 T304 Uncompacted Void Content of Fine Aggregates......................................................... $115 205 D5821 Determining the percentage of Fractured Particles in Coarse ..................................... $230 - C131 Abrasion Test By Los Angeles Machine..................................................................... $345 - D4791 Flat and Elongated Particles........................................................................................ $175 217 D2419 r176 Sand Equivalent........................................................................................................... $115 - D5298 - Evaluation of Soil Suction Using Filter Paper............................................................ $100 Caltrans ASTM AASHTO Soil Chemistry Rate (each) 643 pH................................................................................................................................ $40 643 Minimum Resistivity (minimum of 3 points).............................................................. $90 417 Sulfate Content — Turbidimetric.................................................................................. $90 422 Chloride Content......................................................................................................... $75 see abo- - - Corrosion Suite (pH, Resistivity, Chloride, Sulfate) ................................................... $290 Caltrans ASTM AASHTO Shear Strength Rate (each) D3080 T236 Direct Shear Q points)................................................................................................. $290 D3080 T236 Residual Shear (price per pass after shear).................................................................. $435 Remolding or hand trimming of specimens (per point) ............................................... $30 D2166 T208 Unconfined Compression (3 Samples)........................................................................ $520 Caltrans ASTM AASHTO Compaction and Maximum Density Rate (each) 301 D2844 T190 R-Value........................................................................................................................ $345 301 D2844 T190 R -Value with Oversize Correction.............................................................................. $400 - D698 - Maximum Density and Optimum Moisture, standard effort ....................................... $280 - D1557 T180 Maximum Density and Optimum Moisture, modified effort ...................................... $300 216 - - Maximum Density and Optimum Moisture................................................................. $230 - D1557 T180 Check Point................................................................................................................. $100 D4718 T224 Correction of Soils with Oversize Particles................................................................. $50 D1633 Compressive Strength of Molded Soil -Cement Cylinders. Break ............................... $30 Break+ Capping.......................................................................................................... $60 D559 Wetting and Drying Compacted Soil -Cement Mixtures. 2 Samples 12 Cycles 48 Hours per Cycle..................................................................................... $865 373 Unconfined Compressive Strength of Lime Treated Soils and Aggregates ................ $465 - Compaction of 4 Samples per each % of lime............................................................. $375 BreakSample............................................................................................................... $29 BreakSample + Capping............................................................................................. $58 D558 T134 Samples with additives added (cement, lime, emulsion) ............................................ Rate + $50 Caltrans ASTM AASHTO Consolidation and Swell Rate (each) D2435T216 Consolidation.............................................................................................................. $280 (8 loading incr. w/ water up to l Oksf & unloading with Strain vs P curve) D2435 T216 Time Reading and Curve per increment...................................................................... $100 D4829 Expansion Index of Soils............................................................................................. $230 D4546 Swell/Collapse Test - Method A................................................................................ $315 Up to 10 loading/unloading saturation increments w/o time curves D4546 Single Load Swell/Collapse Test - Method B............................................................. $280 D4546 Swell/Collapse Test - Method C................................................................................. $400 D5333 Collapse Potential for Soils......................................................................................... $275 Caltrans ASTM AASHTO Hydraulic Tests Rate (each) 220 D2434 T215 Permeability of Granular Soils (remolded constant head) ........................................... $385 rdCW Pavement Laboratory Tests Caltrans ASTM AASHTO Pavement Laboratory Tests Rate (each) 382 D6307 T308 Percent Asphalt Binder Content (Igniton Oven).......................................................... $175 382 D2172 Percent Asphalt Binder Content (Chemical)................................................................ $300 202 D6307/5444 T27/30 Percent Asphalt Binder Content and Gradation (Ignition Oven) ................................. $250 202 D2172/5444 T27/30 Percent Asphalt Binder Content and Gradation (Chemical) ........................................ $375 308C D2726 T166 Bulk Specific Gravity of Cored or Lab Prepared Specimens (SSD) ............................ $60 308A D1188 T275 Bulk Specific Gravity of Cored or Lab Prepared Specimens (wax) ............................. $80 370 D1461 T329 Mix Moisture Content.................................................................................................. $85 304/366 D1560/1561 T246/247 Hveem Stability (S-Value)........................................................................................... $230 304,308A D1560 T246 Hveem Maximum Density (3 replicates)...................................................................... $230 D6926 Marshall Maximum Density (4 inches, 3 replicates, SSD) .......................................... $215 D5581 - Marshall Maximum Density (6 inches, 3 replicates, SSD) .......................................... $260 D6925 T312 Superpave Gyratory Compacted Specimen (4 inches, 1 replicate, SSD) ..................... $115 - D6925 T312 Superpave Gyratory Compacted Specimen (6 inches, 1 replicate, SSD) ..................... $140 309 D2041 T209 Theoretical Maximum Specific Gravity (rice)............................................................. $230 LP -9 D2172 Reclaimed Asphalt Pavement Evaluation (chemical and ignition, 3 replicates).......... $1,275 382 D6307 T308 Asphalt Binder Content Correction Factor (2 replicates, includes mixing) ................. $375 - D3910 Wet Track Abrasion Test for Slurry Seals................................................................... $190 D244 Emsulion and Residual Asphalt Binder Content.......................................................... $200 - T324 Hamburg Wheel Track (4 replicates, 2 tracks, up to 25,000 passes) ........................... $1,600 371 D4867 T283 Resistance of Compacted Bituminous Mixture to Moisture Induced Damage ........... $1,300 371 D4867 T283 Each additional freeze -thaw cycle......................................................................... $200 371 D4867 T283 Additional 20% if mixing is required........................................................................... $230 Caltrans ASTM AASHTO Pavement Mix Designs (excludes RAP or agg. quality testing) Rate (each) 367 MS -2 Hveem Asphalt Mix Design........................................................................................ $3,900 - MS -2 Marshall Asphalt Mix Design..................................................................................... $3,800 - SP -2 Superpave Asphalt Mix Design................................................................................... $5,200 367 MS-2/SP-2 Mix designs with asphalt rubber binder....................................................................... $6,000 367 MS-2/SP-2 Mix designs with warm -mix asphalt technology or other additives ............................. $6,500 LP -8 CT LP -8 Cold Recycled AC Mix Design (includes crushing of AC cores) ......................... $7,200 PCA Soil -Cement Mix Design (with subgrade, agg base, AC, or combination) .................. $3,500 NLA Soil -Lime Mix Design (with subgrade, agg base, or combination) .............................. $3,500 Caltrans ASTM AASHTO Aggregate Quality "Tests Rate (each) 202 C136 T27 Sieve Analysis - Combined Sample (w/ wash)............................................................ $230 202 C136 T27 Sieve Analysis - Fine Aggregates................................................................................ $195 202 C136 T27 Sieve Analysis - Coarse Aggregrates........................................................................... $160 205 D5821 TP 61 Crushed Particle Percentage (Coarse Aggregate Angularity) ...................................... $195 206 C127 T85 Coarse Aggregate Specific Gravity and Absorption.................................................... $180 207 C128 T84 Fine Aggregate Specific Gravity and Absorption........................................................ $165 211 C131 T96 Los Angeles Rattler (Abrasion).................................................................................... $250 214 C88 T104 Soundness by Sodium Sulfate...................................................................................... $550 217 D2419 T176 Sand Equivalent Q replicates)...................................................................................... $115 227 C142 T112 Cleanness Value of Coarse Aggregate......................................................................... $250 229 D3744 T240 Durability Index........................................................................................................... $240 234 C1252 T304 Fine Aggregate Angularity (Uncompacted Void Content) ........................................... $195 235 D4791 Flat and Elongated Particles of Coarse Aggregates..................................................... $250 301 D2844 T190 Resistance Value (R-Value)......................................................................................... $345 GNU ..... . ... ............. - GEOTECHNICAL, INC. SPECIAL INSPECTION LABORATORY SERVICES CONCRETE Concrete Aggre-gate Sieve Analysis: Washed: ASTM C 117, ASTM C 136; CTM 202................................................................ $175.00 Sieve Analysis Passing #200 Sieve only: ASTM C 117; CTM 202 ..................................... $230.00 Specific Gravity: Coarse Aggregate- (Retained on #4) ASTM C 127; CTM 206 ........ Fine Aggregate- (passing #4) ASTM D 854; CTM 207 .................... Sand Equivalent: ASTM D 2419; DOT CA Test 217 ...................................... Soundness, Sodium Sulfate (5 cycles): ASTM C 88 (includes tank setup) .... Durability Index: ASTM D 3744; CTM 229 Coarse.............................................................................................. Fine.................................................................................................. Cleanness Value of Coarse Aggregate: DOT CA Test 227 ............................ Clay Lumps and Friable Particles in Aggregate: ASTM C 142 ....................... Organic Impurities in Fine Aggregate: ASTM C 40; CTM 213 ........................ Crushed Particles (each size): CTM 205 ........................................................ Flat and Elongated Particles in Aggregate: ASTM D 4791; AASHTO M283 . Potential Reactivity of Aggregate by Chemical Method: ASTM C 289 ........... Relative Mortar Strength of PCC Sand: CTM 515 .......................................... Petrographic Examination of Aggregate: ASTM C 295; CTM 215 .................. Unit Weight of Aggregate: ASTM C 29; CTM 212 .......................................... Special Sample Preparation........................................................................... .. Per Quote ..... $520.00 .. Per Quote ..... $110.00 $95.00/hour GNU GEOTECHNICAL, INC. SPECIAL INSPECTION LABORATORY SERVICES (continued) CONCRETE Cylinders, Beams, and Cores Compression Test of Cast Cylinders (all sizes): ASTM C 39.............................................................. $30.00 Compression Test of Cored Samples: ASTM C 42............................................................................ $65.00 Compression Test of Cored Gunite Samples................................................................................... $102.00 Compression of Lightweight Concrete: ASTM C 495......................................................................... $53.00 Compressive Strength (2" cube): ASTM C 109.................................................................................. $30.00 Flexural Strength, Simple Beam with Third Point Loading: ASTM C 78 ............................................. $97.00 Splitting Tensile of Cast Cylinders: ASTM C 496............................................................................... $97.00 Density of Hardened Concrete: ASTM C 642................................................................................... $196.00 Unit Weight of Lightweight Concrete: ASTM C 567............................................................................ $97.00 Proportion of Cement, Sand, & Aggregate in hardened concrete: ASTM C 85 ............................. Per Quote Concrete Slab Moisture Transmission Kit...................................................................................$30.00 each Modulus of Elasticity: ASTM 495...................................................................................................... $275.00 Flexure Toughness of Fiber Reinforced Concrete: ASTM 1018 ....................................................... $313.00 Special Sample Preparation....................................................................................................... $95.00/hour Cement Alkali Test: ASTM C 104; CTM 404............................................................................................... Per Quote PhysicalTests: ASTM C 150......................................................................................................... Per Quote Chemical Analysis: ASTM C 190; CTM 404.................................................................................. Per Quote Length Change Length Change of Concrete: (3 bars, 7 days submerged, 28 days air dry): ASTM C 157 ............................................$346.00 GIVW GEOTECHNICAL. INC. SPECIAL INSPECTION LABORATORY SERVICES (continued) MASONRY Concrete Block Compression Test on Masonry Cores: ASTM C 140.......................................................................... $51.00 Absorption (set of 3): ASTM C 140................................................................................................... $111.00 Moisture Content as received (set of 3): ASTM C 140....................................................................... $75.00 Shrinkage (set of 3): ASTM C 426.................................................................................................... $185.00 Masonry: Unit Moisture/Unit Weight/Compressive Strength Test (set of 3) ...................................... $451.00 Specific Gravity and Unit Weight (set of 3): ASTM C 140................................................................... $96.00 Shear Test on Masonry Cores (2 faces)............................................................................................. $80.00 TensionTest.................................................................................................................................... $155.00 Mortar and Grout Compression, 2" x 4" Mortar Cylinders: UBC Std. 24-22, ASTM C 109, each .................................... $30.00 Compression, 3" x 3" x 6" Grout Prisms: UBC Std. 24-22, ASTM C 942, each .................................. $30.00 Compression, 2" Cubes (set of 3)....................................................................................................... $96.00 Special Sample Preparation....................................................................................................... $95.00/hour Masonry Prisms Compression Test, Grouted Prisms (includes cutting): ASTM E 447; UBC 24-26 ............................ $100.00 Handling charge for samples not tested or prepared.......................................................................... $28.00 Monthly charge for samples held after 28 days.................................................................................. $28.00 Brick/Pavinq Units Absorption and Saturation Coefficient: ASTM C 67/ASTM C 936 ...................................................... $50.00 Compression Test: ASTM C 67/ASTM C 936..................................................................................... $50.00 Modulusof Rupture: ASTM C 67........................................................................................................ $50.00 Efflorescence(Set of 5).................................................................................................................... $174.00 GMU GEOTECHNICAL, INC. SPECIAL INSPECTION LABORATORY SERVICES (continued) STEEL Reinforcing Bar Tests Tensile and Bend Tests, #2 through #9: ASTM A 615..............................................................$75.00 Tensile and Bend Tests, #10 through #18: ASTM A 615.........................................................$100.00 Unit Weight of Coating (Galvanized).....................................................................................$99.00 Structural Steel Tensile and Bend Test (sample preparation not included) ..................................................$107.00 Machining Charges, per sample.............................................................................. Cost plus 20% Unit Weight of Galvanized Coating.....................................................................................$100.00 Pipe Tensile Test (sample preparation not included)...................................................................$52.00 Flattening Test (sample preparation not included)...............................................................$38.00 Hiah Strenath Bolts Bolt; Ultimate Load.......................................................................................................... Per Quote Bolt; Rockwell Hardness (side or top)............................................................................. Per Quote Nut; Rockwell Hardness (top or bottom face).................................................................. Per Quote Washer; Rockwell Hardness........................................................................................... Per Quote Washer (noncarburized); Rockwell Hardness................................................................. Per Quote ProofLoading, Bolt or Nut...................................................................................................$133.00 GMU GEOTECHNICAL, INC. SPECIAL INSPECTION LABORATORY SERVICES (continued ) STEEL Welded Specimen Tests Face Bend (preparation not included)........,.. Root Bend (preparation not included) ........... Side Bend (preparation not included)............ Sample Preparation.....,.,,. Machining Charge ............. Non -Destructive Testinq ........$50.00 ........$50.00 ....,...$50.00 $95.00/hour Cost plus 20% NDT Technician.................................................................................................. . $85.00 Radiographic (X Ray, Gamma Ray) ................. .........................$85.00 Prestressing Wires and Tendons, ASTM A416 Stress —Strain Analysis: Wire or Stands (Including Chart and Percent Offset).................$189.00 TensileTest Only................................................................................................$135.00 Tendons......................................................................................................... Quotation 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, employees and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement. 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 GMU Geotechnical, Inc. Page C-1 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. 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, employees and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement 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, employees and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement shall be included as insureds under such policies. C. Primary and Non Contributorx. 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: GMU Geotechnical, Inc. Page C-2 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. 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. GMU Geotechnical, Inc. Page C-3 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 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: 7/11/18 Dept./Contact Received From: Raymund Date Completed: 7/26/18 Sent to: Raymund By: Jan Company/Person required to have certificate: GMU Geotechnical Inc./On Call Contract 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 include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ N/A N Yes ❑ No H. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A N Yes ❑ No 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? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A N Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A N Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 11/1/17 -11/1/18 A. INSURANCE COMPANY: RLI Insurance Company B. AM BEST RATING (A-: VII or greater): A+/X1 C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM H. NOTICE OF CANCELLATION: ® Yes ❑ No ® Yes ❑ No 1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY EFF 12/31/17-12/31/18 CARRIER: CONTINENTAL CASUALTY CO. RATING: A/XV, ADMITTED, LIMIT: $2M/$2M ❑ N/A ® Yes ❑ No V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No Broker of record for the City of Newport Beach 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.