Loading...
HomeMy WebLinkAboutGroup Delta Consultants Inc; 2018-11-28; PSA19-570CAPSA19-570CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 5 PROJECT NO. 6081 This fifth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Group Delta Consultants, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Environmental Sampling and Testing in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated March 2, 2020, (“proposal”), attached as Appendix "A" for the Segovia Way Water Sampling and Testing, (the “Project"). The Project services shall include Sampling and testing of nuisance water in the pavement subgrade near 2921 Segovia Way. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $10,500. DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 March 10, 2020 PSA19-570CA City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 PSA19-570CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT GEOTECHNICAL PROFESSIONAL SERVICES TASK GROUP TIME & MATERIALS Permitting, Boring Markout, Utility Location, Mobilization $2,750 Traffic Control, Drill Rig Mobilization $5,190 Two Borings $560 Environmental Laboratory Testing $500 Data Analysis and Report Preparation $1,500 TOTAL (Not-to-Exceed) $10,500 CONTRACTOR Group Delta Consultants Group Delta Consultants (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Shah Ghanbari, President Nikhila Srirangpatna, CFO (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 March 10, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 9245 Activity Road, Suite 103, San Diego, CA 92126 TEL: (858) 536-1000 Anaheim – Irvine – Ontario – San Diego – Torrance www.GroupDelta.com March 2, 2020 City of Carlsbad Public Works Department 1635 Faraday Avenue Carlsbad, California 92008 Attention: Mr. Scott Lyle, PE SUBJECT: REVISED PROPOSAL FOR WATER SAMPLING AND TESTING 2921 Segovia Way Carlsbad, California References: City of Carlsbad (2018). Master Agreement for Geotechnical Services, Group Delta Consultants, Inc., PSA19-0570CA, November. Group Delta Consultants, Inc. (2019). Draft Geotechnical Investigation Report, Segovia Way – Pavement Distress, Calrsbad, California, Project no. SD597B, dated September 23. Mr. Lyle: We are pleased to present this proposal to provide environmental sampling and testing of the nuisance water in the pavement subgrade near 2921 Segovia Way in Carlsbad, California. This proposal has been prepared based on conversations with you and our conclusions from our previous geotechnical investigation at the site (Group Delta, 2019). The purpose of our sampling and testing is to provide analytical test results that the City of Carlsbad may be able to use to help determine the source of the nuisance water. SCOPE OF SERVICES Our scope of work will include coring the pavement and advancing test borings, field sampling and testing of select samples of free water within the borings, laboratory testing of the samples, and preparation of a summary report. The following scope of work is proposed: • Perform a site reconnaissance to mark out the proposed boring locations, review available as- built plans showing the existing utilities provided by the City, and notify Underground Services Alert. •Prepare and submit a City of Carlsbad Right of Way Permit Application – Form E-11 (based on previous work we assume that once again the City will waive the fee) with our traffic control plans established during the previous investigation. •Implement and maintain traffic control during our subsurface exploration activities (assumed to be one day). • Advance one to two shallow explorations through the existing pavement section. The 6- to 8-inch diameter borings will be excavated using a hollow-stem drill rig with steam-cleaned equipment to DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 Proposal for Water Sampling and Testing Group Delta Proposal No. SD20-016R1 2921 Segovia Way March 2, 2020 City of Carlsbad Page 2 2020-03-02 Carlsbad Segovia Way Water Sampling Proposal (Group Delta SD20-016R1).doc prevent any incidental contamination. Each boring will extend to a depth of approximately five to ten feet below grade. If water infiltrates the borings as it did during our previous investigation, water will be field tested, and samples will be obtained for laboratory testing. • If available, we will obtain three additional water samples from nearby sources that will be analyzed in the field and sent to a certified laboratory for further analysis: potable water, recycled water from the irrigation system, and surface water from the north side of Segovia Way along the back of the sidewalk. • Backfill the borings with grout and cap with black died rapid set concrete. If the nuisance water is determined to be groundwater, we will retroactively apply for a Boring Construction Permit in accordance with the County of San Diego Department of Environmental Health standards. • Subcontract with Eurofins Calscience, a State of California certified laboratory, to perform analytical testing of the samples. The following tests will be performed on each sample: 1) pH, 2) Conductivity, 3) Total Dissolvable Solids (TDS), and 4) Chlorine Residual. • Prepare a report summarizing our findings and conclusions regarding the field and laboratory test results. SCHEDULE We are prepared to proceed with the site investigation upon receipt of signed authorization. We anticipate that the permitting, boring markout, and utility clearance will take two to three weeks to complete; subsurface sampling (with continuous traffic control) should take one day to complete; laboratory testing should be complete within one week following our subsurface exploration, and our report will be available one after the completion of the laboratory testing. Our schedule is subject to change based on permit and subcontractor availability. FEES Our fee for the services described above will be billed on a time and materials basis in the amount of $10,500, in accordance with the rates included on our previously approved Fee Schedule (City of Carlsbad, 2018). Changes to the scope of work or unanticipated conditions may require additional investigation. We agree not to exceed this estimated cost without your authorization. An itemized breakdown of our estimate cost is shown below. Permitting/Boring Markout/Utility Locating/Mobilization .................................................................. $2,750 Traffic Control/Drill Rig Mobilization ................................................................................................... $5,190 Two Borings (Unit Cost per Boring = $280) ............................................................................................. $560 Environmental Laboratory Testing ......................................................................................................... $500 Data Analysis and Report Preparation ................................................................................................. $1,500 TOTAL $10,500 Unexpected adverse subsurface conditions that are not discovered until the exploration and laboratory testing are complete can influence the scope and budget for our work. We have based this estimate on our current understanding of the project using the information provided to us and our knowledge and DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 Proposal for Water Sampling and Testing Group Delta Proposal No. SD20-016R1 2921 Segovia Way March 2, 2020 City of Carlsbad Page 3 2020-03-02 Carlsbad Segovia Way Water Sampling Proposal (Group Delta SD20-016R1).doc previous background in the area. We have used the following assumptions and limitations to develop the estimated fee: 1.Group Delta is not responsible for damage to underground utilities that are not indicated by utility locating activities described in this proposal and are not properly brought to our attention at the site. 2.Client will obtain permission and provide unobstructed access for Group Delta and their subcontractors to enter the site for subsurface exploration. 3.Drill spoil is not considered hazardous. Disposal fees associated with hazardous materials would be considered an additional fee. 4.Client will waive Right of Way Permit Application Fee. 5.If work outlined in this proposal damages any sidewalk, Group Delta will replace the panel from joint to joint. Costs associated with this work are not included in this proposal, and will be invoiced on a time and expense basis using the rates included on our previously approved Fee Schedule (City of Carlsbad, 2018). 6.Notification of residents within the vicinity of the project site is not required. 7.Borehole backfilling and patching in accordance with City of Carlsbad Standard Drawings is not required. 8.Site access and working hours will be 8 AM to 5 PM, Monday through Friday. 9.The project is subject to California prevailing wage rates. Client to provide the appropriate wage determination rate and applicable project information. 10.Geo-environmental services not explicitly described in this proposal are not included. 11.Meetings, conference calls, and/or presentations will be invoiced on time and expense basis using the rates included on our previously approved Fee Schedule (City of Carlsbad, 2018). CLOSURE We appreciate the opportunity to continue working on this project with you. If this proposal is acceptable, please provide us with a consultant professional services agreement for signature. If you have any questions regarding the scope of services outlined in this proposal, please do not hesitate to contact us. GROUP DELTA CONSULTANTS Taylor Latimer, P.E. Jim Sanders, C.E.G. Project Engineer San Diego Area Manager Distribution: (1) Addressee, Mr. Scott Lyle (Scott.Lyle@carlsbadca.gov) DocuSign Envelope ID: 29CB41D4-C114-427B-BC52-01EA333946E4 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/21/2020 License # 0E67768 (619) 788-5795 50206 (619) 574-6288 13604 Group Delta Consultants, Inc. 32 Mauchly, Suite B Irvine, CA 92618 13056 19437 A 1,000,000 X 1000066094201 2/4/2020 2/4/2021 50,000 Indep Consul/BFPD 5,000 Contractual Liab/XCU 1,000,000 2,000,000 2,000,000 POLLUTION LIABI 1,000,000 1,000,000B PSA0001394 2/4/2020 2/4/2021 Comp.: $500 Coll.: $500 10,000,000A 1000336834201 2/4/2020 2/4/2021 10,000,000 B X PSW0001750 2/4/2020 2/4/2021 1,000,000 1,000,000 1,000,000 C Prof Liab/Clms Made 035713711 2/4/2020 Per Claim 3,000,000 C Ded.: $50k Per Claim 035713711 2/4/2020 2/4/2021 Aggregate 5,000,000 Re: All Operations The City of Carlsbad is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. Waiver of Subrogation applies to Workers' Compensation in favor of The City of Carlsbad. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 GROUDEL-01 GOMEZB IOA Insurance Services 4370 La Jolla Village Drive Suite 600 San Diego, CA 92122 Ali Smith Ali.Smith@ioausa.com Starr Surplus Lines Insurance Company RLI Insurance Company Lexington Insurance Company X 2/4/2021 X X X X X X X X X X 1000066094201 1000066094201 1000066094201 PSA19-570CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4 PROJECT NO. 6002 This fourth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Group Delta Consultants, Inc., ("Contractor") a California corporation, and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Geotechnical Services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated Feb 3, 2020, (“proposal”), attached as Appendix "A" for the Geotechnical Investigation for the Proposed Sidewalk Retaining Wall Along Marron Road, (the “Project"). The Project services shall include Geotechnical Investigation for the proposed sidewalk and retaining wall, evaluate the subsurface soil and groundwater conditions, provide geotechnical recommendations and construction consideration, subsurface investigation, test pits, review as-builts, conduct geotechnical test pits, assess the pertinent characteristics of the soil, prepare recommendations, generate report, design and construction support services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within three hundred sixty-five (365) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E March 10, 2020 PSA19-570CA City Attorney Approved Version 7/19/17 2 Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $24,100. 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E PSA19-570CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT GEOTECHNICAL INVESTIGATION FOR THE PROPOSED SIDEWALK RETAINING WALL ALONG MARRON ROAD TASK GROUP TIME & MATERIALS Permitting/Exploration Marout/Utility Locating/Mobilization $2,800 Traffic Control (Includes TCP Preparation) $2,400 Subsurface Exploration $5,100 Geotechnical Laboratory Testing $3,400 Data Analysis and Report Preparation $6,900 Design Support $3,500 TOTAL (Not-to-Exceed) $24,100 CONTRACTOR Group Delta Consultants, Inc. Group Delta Consultants, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Shah Ghanbari, President Nikhila Srirangpatna, CFO (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E March 10, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E 9245 Activity Road, Suite 103, San Diego, CA 92126 TEL: (858) 536-1000 Anaheim – Irvine – Ontario – San Diego – Torrance www.GroupDelta.com February 3, 2020 City of Carlsbad Public Works Department 1635 Faraday Avenue Carlsbad, California 92008 Attention: Mr. Farhad Bolourchi, Associate Engineer SUBJECT: PROPOSAL FOR GEOTECHNICAL INVESTIGATION Carlsbad Sidewalk Construction Program – Phase 1 (CIP 6002) Marron Road Retaining Wall Carlsbad, California Reference: O’Day Consultants (2020). Improvement Plans for: Carlsbad Sidewalk Construction Program, Phase 1, Sheets 1 through 4, January 21. City of Carlsbad (2018). Master Agreement for Geotechnical Services, Group Delta Consultants, Inc., PSA19-0570CA, November. Mr. Bolourchi: Group Delta Consultants, Inc. (Group Delta) are pleased to present this proposal to provide a geotechnical investigation for the proposed sidewalk and retaining wall located along Marron Road, which is a part of the Carlsbad Sidewalk Construction Program – Phase 1 project (CIP 6002) in Carlsbad, California. We understand that a sidewalk is to be installed along the south side of Marron Road between Monroe Street and El Camino Real (i.e., from Station 10+78 to 19+15 along Marron Road). An existing slope extends upward to the south from Marron Road behind the back of curb at inclinations of 1.5 to 1 (horizontal to vertical) and steeper. The project civil engineer (O’Day Consultants) has proposed to construct a retaining wall to provide room for the proposed sidewalk. The referenced plans indicate that the wall will be approximately 850 feet long and consist of a “Masonry Retaining Wall Type 6” constructed per the San Diego Regional Standard Drawings C-06 and C-07 with a maximum height five feet - four inches (O’Day Consultants, 2020). Based on our preliminary review of historic aerial photographs and topographic and geologic maps, the slope was graded into its current configuration in the mid-1960s by cutting into an existing slope. We anticipate the existing slope conditions will expose Tertiary-age formational materials of the Santiago Formation consisting of weakly to moderately cemented sandstone and indurated claystone. Geologic maps also indicate that landslides are present to the east and west of project site within the Santiago Formation. Evidence of slope creep and surficial sloughing of the slope face was also observed during a recent site walk performed by members of Group Delta’s professional staff. The purpose of our geotechnical investigation is to evaluate the subsurface soil and groundwater conditions (if present) and provide geotechnical recommendations and construction considerations for the proposed sidewalk and retaining wall. We have based our scope of work for this geotechnical investigation on the referenced drawings (O’day Consultants, 2020), our conversations and correspondence with you, and our recent site walk. DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E Proposal for Geotechnical Investigation Group Delta Proposal No. SD20-008 Carlsbad Sidewalk Construction Program – Phase 1 (CIP 6002) February 3, 2020 City of Carlsbad Page 2 2020-02-03 Carlsbad Marron Rd Sidewalk GeoProposal (Group Delta SD20-008).doc SCOPE OF SERVICES Our scope of work will include subsurface investigation with test pits, laboratory testing of soil samples, engineering analyses, and preparation of a summary report. The following scope of work is proposed. • Perform a site reconnaissance to mark out the proposed exploration locations, review available as- built plans showing the existing utilities provided by the City, notify Underground Services Alert, and retain a geophysical specialist to clear the planned exploration locations with respect to existing utilities. • Subcontract with a traffic control company to develop Traffic Control Plans for the lane closures that are required to complete the explorations. • Prepare and submit a City of Carlsbad Right of Way Permit Application – Form E-11 (we understand that the City will waive the permit and review fee) with our traffic control plans. • Implement and maintain traffic control during our subsurface exploration and infiltration testing activities (assumed to be one days). • Conduct up to five geotechnical test pits using a rubber-tracked mini-excavator or backhoe along the alignment of the proposed retaining wall and sidewalk. The test pits will extend into the existing slope near the toe, and the exploration final locations will be located based on review of existing utilities and discussion with Client and design team. Care will be taken to minimize disturbance to existing trees and vegetation. A Group Delta engineer or geologist will log the test pits and obtain chunk, manually driven ring, and/or bulk samples from the excavations. The field exploration will be conducted under the supervision of our Certified Engineering Geologist. The test pits will be backfilled and compacted. However, due to the steeply sloping ground conditions, evidence of our investigation may remain and erosion of the backfilled materials should be anticipated over time. • Conduct geotechnical tests on selected soil samples to help assess the pertinent engineering characteristics of the site soils. Testing may include particle size analysis, Atterberg Limits, in-situ moisture content and dry density, pH, resistivity, sulfate and chloride contents, Expansion Index, and remolded and partially intact direct shear. • Prepare a report summarizing our findings and conclusions including the following: o Review the design drawings and existing geotechnical information provided by the client. Salient information from these documents will be incorporated into the geotechnical report. o A description of the soil and groundwater conditions observed at the site. o Geologic setting and assessment of geologic and seismic hazards (e.g., strong ground shaking, fault rupture, landslides). o California Building Code (CBC) seismic design criteria, if walls taller than six feet are proposed. o Geotechnical engineering characteristics and design parameters for design of the proposed retaining wall, including bearing capacity, estimated settlements, and lateral earth pressures. We will also provide recommendations for retaining wall back drains and subsurface drainage, if needed. o Recommendations for site preparation, remedial grading, subgrade preparation, fill DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E Proposal for Geotechnical Investigation Group Delta Proposal No. SD20-008 Carlsbad Sidewalk Construction Program – Phase 1 (CIP 6002) February 3, 2020 City of Carlsbad Page 3 2020-02-03 Carlsbad Marron Rd Sidewalk GeoProposal (Group Delta SD20-008).doc placement and sidewalk pavement sections. o Global and surficial slope stability analysis in the vicinity of the proposed retaining wall, including an evaluation of the temporary back cut that may be needed to construct the wall. o Corrosion potential screening for soils encountered in foundation areas (limited soil chemistry testing: pH, resistivity, chlorides, and sulfates). o Recommendations for trench backfill, temporary excavations, site grading, and fill placement and compaction. o Discussion of construction considerations (e.g., excavation conditions, temporary excavations). SCHEDULE We understand that time is of the essence and are prepared to proceed with the site investigation immediately upon receipt of signed authorization. We anticipate that we can submit our summary report approximately six weeks following authorization. We anticipate that the traffic control plans, permitting, exploration markout and utility clearance will take two to three weeks to complete; subsurface investigation (with continuous traffic control) should take one day to complete; laboratory testing should be complete within about two weeks following our subsurface exploration, and; report preparation and internal review should take about two weeks to complete following completion of the laboratory testing. Our schedule is subject to change based on permit review and approval times, subcontractor availability, and weather. FEES Our fee for the services described above will be billed on a time and materials basis in the amount of $20,600, in accordance with the rates included on our previously approved Fee Schedule (City of Carlsbad, 2018). Changes to the scope of work or unanticipated conditions may require additional investigation. We agree not to exceed this estimated cost without your authorization. An itemized breakdown of our estimate cost is shown below. Permitting/Exploration Markout/Utility Locating/Mobilization .......................................................... $2,800 Subsurface Exploration ........................................................................................................................ $5,100 Traffic Control (Includes Traffic Control Plan Preparation) ................................................................. $2,400 Geotechnical Laboratory Testing ......................................................................................................... $3,400 Data Analysis and Report Preparation ................................................................................................. $6,900 TOTAL $20,600 Additional Services (Optional) We propose including an additional budget item for design development support. Typically, additional geotechnical review, recommendations, and analyses are needed for specific design components of the project. These may include retaining wall design iterations, temporary shoring design and/or additional back cut analyses, etc., as well as review of plans and specifications for consistency with the geotechnical recommendations. We propose an initial budget amount of $3,500 be authorized in addition to the above geotechnical exploration cost to be billed at time and expense on an as-needed basis during design development. DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E Proposal for Geotechnical Investigation Group Delta Proposal No. SD20-008 Carlsbad Sidewalk Construction Program – Phase 1 (CIP 6002) February 3, 2020 City of Carlsbad Page 4 2020-02-03 Carlsbad Marron Rd Sidewalk GeoProposal (Group Delta SD20-008).doc Design Support (Time and Expense) .................................................................................................... $3,500 Unexpected adverse subsurface conditions that are not discovered until the exploration and laboratory testing are complete can influence the scope and budget for our work. We have based this estimate on our current understanding of the project using the information provided to us and our knowledge and previous background in the area. We have used the following assumptions and limitations to develop the estimated fee: 1. Group Delta is not responsible for damage to underground utilities that are not indicated by utility locating activities described in this proposal and are not properly brought to our attention at the site. 2. Client will obtain permission and provide unobstructed access for Group Delta and their subcontractors to enter the site for subsurface exploration. 3. Client will waive Right of Way Permit Application Fee. 4. Notification of residents/businesses within the vicinity by Group Delta of the project site is not required. 5. The test pits will be backfilled and compacted. However, due to the steeply sloping ground conditions, evidence of our investigation may remain and erosion of the backfilled materials should be anticipated over time. Erosion mitigation measures and revegetation of the disturbed are not included in this proposal. 6. Infiltration testing is not included. 7. Site access and working hours will be 8 AM to 5 PM, Monday through Friday. Working hours more stringent than noted may result in additional mobilizations, which would be considered an additional fee. 8. The project is subject to California prevailing wage rates. Client to provide the appropriate wage determination rate and applicable project information. 9. Geo-environmental services not explicitly described in this proposal are not included. 10. Our slope stability evaluation will be limited to the vicinity of the new wall construction. Overall stability of the cut slope that extends above the retaining wall is not included in this evaluation. 11. Meetings, conference calls, and/or presentations will be invoiced on time and expense basis using the attached schedule of fees. CLOSURE We appreciate the opportunity to become part of your project team and we look forward to working with you on this project. If this proposal is acceptable, please provide us with a consultant professional services agreement for signature. DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E Proposal for Geotechnical Investigation Group Delta Proposal No. SD20-008 Carlsbad Sidewalk Construction Program – Phase 1 (CIP 6002) February 3, 2020 City of Carlsbad Page 5 2020-02-03 Carlsbad Marron Rd Sidewalk GeoProposal (Group Delta SD20-008).doc If you have any questions regarding the scope of services outlined in this proposal, please do not hesitate to contact us. GROUP DELTA CONSULTANTS Christopher K. Vonk, P.E. James C. Sanders, C.E.G. Project Engineer San Diego Area Manager Distribution: (1) Addressee, Mr. Farhad Bolourchi (farhad.bolourchi@carlsbadca.gov) (1)cc: Mr. Scott Lyle (scott.lyle@carlsbadca.gov) DocuSign Envelope ID: FFD7CFF2-1340-4143-9B8B-AD0706730D9E ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSDWVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION$ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/21/2020 License # 0E67768 (619) 788-5795 50206 (619) 574-6288 13604 Group Delta Consultants, Inc. 32 Mauchly, Suite B Irvine, CA 92618 13056 19437 A 1,000,000 X 1000066094201 2/4/2020 2/4/2021 50,000 Indep Consul/BFPD 5,000 Contractual Liab/XCU 1,000,000 2,000,000 2,000,000 POLLUTION LIABI 1,000,000 1,000,000B PSA0001394 2/4/2020 2/4/2021 Comp.: $500 Coll.: $500 10,000,000A 1000336834201 2/4/2020 2/4/2021 10,000,000 B X PSW0001750 2/4/2020 2/4/2021 1,000,000 1,000,000 1,000,000 C Prof Liab/Clms Made 035713711 2/4/2020 Per Claim 3,000,000 C Ded.: $50k Per Claim 035713711 2/4/2020 2/4/2021 Aggregate 5,000,000 Re: All Operations The City of Carlsbad is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. Waiver of Subrogation applies to Workers' Compensation in favor of The City of Carlsbad. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 GROUDEL-01 GOMEZB IOA Insurance Services 4370 La Jolla Village Drive Suite 600 San Diego, CA 92122 Ali Smith Ali.Smith@ioausa.com Starr Surplus Lines Insurance Company RLI Insurance Company Lexington Insurance Company X 2/4/2021 X X X X X X X X X X 1000066094201 1000066094201 1000066094201 PSA19-570CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 4608 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Group Delta Consultants, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide geotechnical services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated December 6, 2019, (“proposal”), attached as Appendix "A" for the Poinsettia Park Parking Lot, (the “Project"). The Project services shall include site reconnaissance, field infiltration testing, soil samples, laboratory testing and reporting. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within sixty (60) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $14,000. DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 January 14, 2020 PSA19-570CA City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 PSA19-570CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT POINSETTIA PARK PARKING LOT GEOTECHNICAL SERVICES TASK GROUP TIME & MATERIALS Site Reconnaissance/Utility Locating/Mobilization $2,400 Subsurface Exploration $3,900 Field Infiltration Testing $1,500 Geotechnical Laboratory Testing $2,700 Data Analysis & Report Preparation $3,500 TOTAL (Not-to-Exceed) $14,000 CONTRACTOR Group Delta Consultants, Inc. Group Delta Consultants, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Shah Ghanbari, President Nikhila Srirangpatna, CFO (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 January 14, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 9245 Activity Road, Suite 103, San Diego, CA 92126 TEL: (858) 536-1000 Anaheim – Irvine – Ontario – San Diego – Torrance www.GroupDelta.com December 6, 2019 City of Carlsbad Parks & Recreation Administration 799 Pine Avenue, Suite 200 Carlsbad, California 92008 Attention: Ms. Barbara Kennedy, Park Planner SUBJECT: PROPOSAL FOR GEOTECHNICAL INVESTIGATION Poinsettia Park Dog Park & Parking Lot 6600 Hidden Valley Road Carlsbad, California Reference: City of Carlsbad (2016). City of Carlsbad BMP Design Manual, For Permanent Site Design, Storm Water Treatment, and Hydromodification Management, effective date: February 16. City of Carlsbad (2018). Master Agreement for Geotechnical Services, Group Delta Consultants, Inc., PSA19-0570CA, November. Schmidt Design Group (2019). Conditional Use Permit Amendment for Poinsettia Dog Park, 6600 Hidden Valley Road, Carlsbad, California, Parks and Recreation Department, AMEND 2018-0011/CDP 2018-0048, July 15. Ms. Kennedy: Group Delta Consultants, Inc. (Group Delta) is pleased to present this proposal to provide a geotechnical investigation for the proposed improvements at the existing Poinsettia Park in Carlsbad, California. We understand that the project will include the construction of a new dog park, parking lot, restroom building and supporting infrastructure on the eastern portion of the existing park on the south of the recently constructed pickle ball courts. The areas of proposed development are currently dirt surfaced or covered with mulch, landscaping, and concrete flatwork. The proposed dog park area currently slopes down to the south and west, and we understand that leftover fill soils and boulders from previous projects currently cover the site. The purpose of our geotechnical investigation is to evaluate the subsurface soil and groundwater conditions (if present) and provide geotechnical recommendations for the proposed restroom building, shade structures, light poles, storm water BMPs, underground utilities, flatwork and pavements. We understand that the requested scope includes several geotechnical borings at the site, including two borings and one infiltration test each at the Dog Park and Parking Lot areas. However, based on the existing site conditions and our understanding of the planned improvements, we feel that test pit explorations in lieu of borings would provide better subsurface data to evaluate the site conditions and facilitate the infiltration testing. We have based our scope of work for this geotechnical investigation on the referenced drawings (Schmidt Design Group, 2019), the City BMP Design Manual (City of Carlsbad, 2016), our conversations with you and Schmidt Design Group, and our recent site walk. DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 Proposal for Geotechnical Investigation Group Delta Proposal No. SD19-099 Poinsettia Park Dog Park & Parking Lot December 6, 2019 City of Carlsbad Page 2 2019-12-06 Carlsbad Poinsettia Park GeoProposal (Group Delta SD19-099).doc SCOPE OF SERVICES Our scope of work will include subsurface investigation with test pits, field infiltration testing, laboratory testing of soil samples, engineering analysis, and preparation of a summary report. The following scope of work is proposed. • Perform a site reconnaissance to mark out the proposed exploration locations, review available as- built plans showing the existing utilities provided by the City, notify Underground Services Alert, and retain a subcontracted utility locating service to clear the planned exploration locations with respect to existing utilities. • Conduct backhoe test pits across the site in areas of proposed improvements, as shown on Figure 1. Field infiltration tests will be performed at four of locations. Bulk samples of the soils will be collected from the explorations for laboratory testing. Infiltration test holes will be presoaked, and infiltration testing will be performed the following day per City BMP Standards (City of Carlsbad, 2016). Once completed, the test pits will be backfilled with tamped soil cuttings and the ground surface will be restored to approximately match the existing condition. However, evidence of our work may remain. A Group Delta engineer or geologist will supervise the field work, log the explorations, and collect the samples. The following sections provide details on the scope of work for each site: o Dog Park: Conduct test pits and infiltration tests at the locations shown on Figure 1. Two explorations will be performed within the proposed storm water Best Management Practices (BMP) area on the southwest side of the proposed park, and subsequently converted to percolation test holes per the City BMP Standards (City of Carlsbad, 2016). The remainder of the explorations will be performed at proposed shade structure locations and across the site to evaluate the subsurface conditions and document the thickness and characteristics of the existing undocumented fills that are currently present. o Parking Lot: Conduct test pits and infiltration tests at the locations shown on Figure 1. One exploration will be performed within the proposed storm water Best Management Practices (BMP) to the west of the proposed restroom and one within the proposed parking lot (potential for use of permeable pavements), and subsequently converted to percolation test holes per the City BMP Standards (City of Carlsbad, 2016). The remainder of the explorations will be performed at the proposed restroom locations and across the site to evaluate the pavement subgrade conditions and document the thickness and characteristics of the existing undocumented fills that may be present. • Conduct laboratory testing on samples of the soils to help assess the pertinent engineering characteristics of the site soils. Testing may include particle size analysis, Atterberg limits, in-site moisture content, Expansion Index, R-Value, and limited corrosion screening (pH, minimum resistivity, and sulfate & chloride contents). Note that lime/cement treatment mix designs for subgrade soils may also be conducted for an additional fee, if requested. • Prepare a letter report summarizing our findings and conclusions regarding the subsurface conditions and feasibility of the proposed improvements. Recommendations for site preparation and remedial grading, shallow foundations and slabs on grade for the prefabricated restroom, lateral earth pressures and drainage for low retaining walls, design parameters for light pole and fence foundations, subgrade preparation, flatwork and structural pavement sections (including asphalt concrete, permeable concrete and permeable asphalt) will be included in our report. DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 Proposal for Geotechnical Investigation Group Delta Proposal No. SD19-099 Poinsettia Park Dog Park & Parking Lot December 6, 2019 City of Carlsbad Page 3 2019-12-06 Carlsbad Poinsettia Park GeoProposal (Group Delta SD19-099).doc SCHEDULE We are prepared to proceed with the site investigation upon receipt of signed authorization and anticipate that we can submit our summary report approximately six weeks following authorization. We anticipate that the site reconnaissance and utility clearance will take one to two weeks to complete; subsurface investigation should take two days to complete; laboratory testing should be complete two weeks following our subsurface exploration, and; report preparation and internal review should take about two to three weeks to complete following completion of the laboratory testing. Our schedule is subject to change based on subcontractor availability. FEES Our fee for the services described above will be billed on a time and materials basis in the amount of $14,000, in accordance with the rates included on our previously approved Fee Schedule (City of Carlsbad, 2018). Changes to the scope of work or unanticipated conditions may require additional investigation. We agree not to exceed this estimated cost without your authorization. An itemized breakdown of our estimate cost is shown below. Site Reconnaissance/Utility Locating/Mobilization ............................................................................. $2,400 Subsurface Exploration ........................................................................................................................ $3,900 Field Infiltration Testing ....................................................................................................................... $1,500 Geotechnical Laboratory Testing ......................................................................................................... $2,700 Data Analysis and Report Preparation ................................................................................................. $3,500 TOTAL $14,000 Unexpected adverse subsurface conditions that are not discovered until the exploration and laboratory testing are complete can influence the scope and budget for our work. We have based this estimate on our current understanding of the project using the information provided to us and our knowledge and previous background in the area. We have used the following assumptions and limitations to develop the estimated fee: 1. Group Delta is not responsible for damage to underground utilities that are not indicated by utility locating activities described in this proposal and are not properly brought to our attention at the site. 2. Client will obtain permission and provide unobstructed access for Group Delta and their subcontractors to enter the site for subsurface exploration. No permits are required to perform our subsurface exploration. 3. Excess excavation spoils can be thin spread onsite. Disposal of materials offsite would be considered an additional fee. 4. Notification of residents/businesses within the vicinity by Group Delta of the project site is not required. 5. The above scope will provide preliminary infiltration feasibility design information. Additional infiltration tests and geotechnical explorations may be needed to satisfy the City BMP Design Manual requirements for geotechnical investigations for final design (City of Carlsbad, 2016). DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 Proposal for Geotechnical Investigation Group Delta Proposal No. SD19-099 Poinsettia Park Dog Park & Parking Lot December 6, 2019 City of Carlsbad Page 4 2019-12-06 Carlsbad Poinsettia Park GeoProposal (Group Delta SD19-099).doc 6.Working hours will be 8 AM to 5 PM, Monday through Friday. Working hours more stringent than noted may result in additional mobilizations, which would be considered an additional fee. 7.The project is subject to California prevailing wage rates. Client to provide the appropriate wage determination rate and applicable project information. 8.Geo-environmental services not explicitly described in this proposal are not included. 9.Meetings, conference calls, and/or presentations will be invoiced on time and expense basis using the attached schedule of fees. CLOSURE We appreciate the opportunity to become part of your project team and we look forward to working with you on this project. If this proposal is acceptable, please provide us with a consultant professional services agreement for signature. If you have any questions regarding the scope of services outlined in this proposal, please do not hesitate to contact us. GROUP DELTA CONSULTANTS Christopher K. Vonk, P.E. James C. Sanders, C.E.G. Project Engineer San Diego Area Manager Attachments: Figure 1 – Proposed Exploration Locations Distribution: (1) Addressee, Ms. Barbara Kennedy (Barbara.kennedy@carlsbadca.gov) DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 1 PROPOSED EXPLORATION LOCATIONS SD19-099 POINSETTIA PARK DOG PARK & PARKING LOT CITY OF CARLSBAD REFERENCE: CITY OF CARLSBAD (UNDATED). 18-403 POINSETTIA COMMUNITY PARK MASTER PLAN, PDF FILE, TRANSMITTED VIA EMAIL ON 11/27/19. NO SCALE I-1I-1I-1 I-2I-2I-2 I-3I-3I-3 I-4I-4I-4 TP-1TP-1TP-1 TP-2TP-2TP-2 TP-3TP-3TP-3 TP-6TP-6TP-6 TP-4TP-4TP-4 TP-5TP-5TP-5 EXPLANATION TP-6TP-6TP-6 APPROXIMATE LOCATION OF PROPOSED TEST PIT APPROXIMATE LOCATION OF PROPOSED FIELD INFILTRATION TEST I-4I-4I-4TURNSTONE ROAD HIDDEN VALLEY ROADPROPOSED PARKINGPROPOSED PARKING LOT & RESTROOMLOT & RESTROOM PROPOSED PARKING LOT & RESTROOM PROPOSEDPROPOSED DOG PARKDOG PARK PROPOSED DOG PARK APPROXIMATE SCALE IN FEET NOTE: DIRECTION, SCALE AND LOCATIONS ARE APPROXIMATE. 0 40 80 PROJECT NUMBER FIGURE NUMBER DocuSign Envelope ID: 62737817-D8CD-4DB8-A151-237DB2C20733 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD MCGRAWM Ali Smith 02/12/2019 GROUDEL-01 A 1000336834191 B PSA0001394 B PSW0001750 A 1000066094191 C 035713711 1,000,000 1,000,000 1,000,000 10,000,000 10,000,000 Comp.: $500 Coll.: $500 Contractual Liab/XCU 2,000,000 1,000,000 2,000,000 Indep Consul/BFPD 5,000 50,000 1,000,000 POLLUTION LIABI 1,000,000 1,000,000 X X X X X X X X X X X C 035713711 License # 0E67768 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 Re: All Operations The City of Carlsbad is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. Waiver of Subrogation applies to Workers' Compensation in favor of The City of Carlsbad. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. IOA Insurance Services4370 La Jolla Village DriveSuite 600San Diego, CA 92122 (619) 574-6288(619) 788-5795 50206 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 Group Delta Consultants, Inc.32 Mauchly, Suite B Irvine, CA 92618 Starr Surplus Lines Insurance Company RLI Insurance Company Lexington Insurance Company 13604 13056 19437 X Ali.Smith@ioausa.com X Per Claim Aggregate 3,000,000 5,000,000 Prof Liab/Clms Made Ded.: $50k Per Claim PSA19-570CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Group Delta Consultants, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Geotechnical Investigation in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated June 21, 2019, (“proposal”), attached as Appendix "A" for the Segovia Way Geotechnical Investigation, (the “Project"). The Project services shall include subsurface investigation with 2 borings, lab testing of soil samples, engineering analysis, and report preparation. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within ninety (90) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $17,200. DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F July 2, 2019 PSA19-570CA City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F PSA19-570CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT GEOTECHNICAL PROFESSIONAL SERVICES TASK GROUP TIME & MATERIALS 1. Permitting, markouts, mobilization, utility locating $4,000 2. Subsurface Exploration, 2 borings and sampling $7,000 3. Laboratory Testing $1,500 4. Drum Disposal $700 5. Data analysis and report preparation $4,000 TOTAL (Not-to-Exceed) $17,200 CONTRACTOR Group Delta Consultants, Inc. Group Delta Consultants, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Shah Ghanbari, President Nikhila Srirangpatna, CFO (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F July 2, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F DocuSign Envelope ID: EA7A0654-B371-4F51-8ED0-C31DA8DB491F ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD MCGRAWM Ali Smith 02/12/2019 GROUDEL-01 A 1000336834191 B PSA0001394 B PSW0001750 A 1000066094191 C 035713711 1,000,000 1,000,000 1,000,000 10,000,000 10,000,000 Comp.: $500 Coll.: $500 Contractual Liab/XCU 2,000,000 1,000,000 2,000,000 Indep Consul/BFPD 5,000 50,000 1,000,000 POLLUTION LIABI 1,000,000 1,000,000 X X X X X X X X X X X C 035713711 License # 0E67768 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 Re: All Operations The City of Carlsbad is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. Waiver of Subrogation applies to Workers' Compensation in favor of The City of Carlsbad. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. IOA Insurance Services4370 La Jolla Village DriveSuite 600San Diego, CA 92122 (619) 574-6288(619) 788-5795 50206 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 Group Delta Consultants, Inc.32 Mauchly, Suite B Irvine, CA 92618 Starr Surplus Lines Insurance Company RLI Insurance Company Lexington Insurance Company 13604 13056 19437 X Ali.Smith@ioausa.com X Per Claim Aggregate 3,000,000 5,000,000 Prof Liab/Clms Made Ded.: $50k Per Claim PSA19-570CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 6001 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Group Delta, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Geotechnical Investigation in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated May 21, 2019, (“proposal”), attached as Appendix "A" for the Pavement Investigation on El Camino Real and Batiquitos Drive, (the “Project"). The Project services shall include Take asphalt pavement cores to determine asphalt section thickness, and soil testing on El Camino Real Road and Batiquitos Drive. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within ten (10) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within sixty (60) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $29,800. DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 June 10, 2019 PSA19-570CA City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 PSA19-570CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT PAVEMENT INVESTIGATION ON EL CAMINO REAL AND BATIQUITOS DRIVE TASK GROUP TIME & MATERIALS Scheduling, Mobilization, Utility markout $1,480 Field Investigation 3,960 Subcontracted Drilling Company 10,800 Subcontracted Coring Company 1,800 Subcontracted Traffic Control Plans/ Utility markout 900 Subcontracted Traffic Control 4,000 Geotechnical Laboratory Testing (Classification, Moisture, Density, R-Value) 3,900 Engineering Analysis and Report Preparation 2,960 TOTAL (Not-to-Exceed) $29,800 CONTRACTOR Group Delta, a California corporation Group Delta, a California corporation (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Shah Ghanbari, President Nikhila Srirangpatna, CFO (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 June 10, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 9245 Activity Road, Suite 103, San Diego, CA 92126 TEL: (858) 536-1000 Anaheim – Irvine – Ontario – San Diego – Torrance www.GroupDelta.com May 21, 2019 City of Carlsbad Department of Public Works 1635 Faraday Avenue Carlsbad, California 92008 Attention: Mr. Emad Elias, PE SUBJECT: PROPOSAL FOR PAVEMENT INVESTIGATION (THIRD REVISION) Batiquitos Drive from Poinsettia Lane to Camino de las Ondas El Camino Real from Cannon Road to Faraday Avenue El Camino Real from Arenal Road to La Costa Avenue Carlsbad, California Reference: City of Carlsbad (2018). Master Agreement for Geotechnical Services, Group Delta Consultants, Inc., PSA19-0570CA, November. Mr. Elias: We are pleased to present this proposal to provide a geotechnical investigation to characterize the existing pavement sections on Batiquitos Drive and El Camino Real in Carlsbad, California. We understand that the City is planning a resurfacing project in these areas, and that Cold In- Place Recycling (CIP) is being considered. A portion of the site is located on El Camino Real between Cannon Road and Faraday Avenue. This section of El Camino Real is about 9,000 feet long, and is shown in the Site Location Map, Figure 1. Detailed aerial views showing this section of the roadway are provided in Figures 2A through 2C. The site also includes a roughly 3,500- foot-long section of El Camino Real located between La Costa Avenue and Arenal Road, as shown in Figure 2D, as well as a portion of Batiquitos Drive between Poinsettia Lane and Camino de las Ondas, as shown in Figure 2E. We understand that many portions of El Camino Real have been overlaid since the initial roadway was constructed more than 20-years ago. In some areas, the median gutter only has a few inches of freeboard due to several previous HMA overlays. Consequently, the current asphalt concrete thickness is believed to vary from 7 to 10-inches throughout much of this street. Full depth asphalt concrete was also used to repair specific areas of the roadway, as shown on the as-built drawings from the 2003 Pavement Overlay project. Per your request, we have attempted to locate the borings in areas where full depth asphalt concrete was not used. DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 Proposal for Pavement Investigation (Third Revision) GDC Proposal No. SD19-0133 Portions of Batiquitos Drive and El Camino Real May 21, 2019 City of Carlsbad Page 2 N:\Proposals\_2019 San Diego\SD19-033 City of Carlsbad, Pavement Cores\05 Working Docs\SD19-033R3.doc SCOPE OF SERVICES Our scope of work will include subsurface investigation with exploratory borings, laboratory testing of soil samples, engineering analysis, and preparation of a geotechnical report. In summary, the following scope of work is proposed. • We will mark out the proposed boring locations, review available as-built plans showing the existing utilities, call Underground Services Alert, and hire a private utility locating service to help clear the planned boring locations with respect to existing utilities. • We will subcontract with a traffic control company to develop Traffic Control Plans for the various lane closures that will be required to complete the borings. These plans will be submitted to the City for approval (we understand that the City will waive the fee). We also understand that traffic control on El Camino Real can only be implemented between 8:30 AM and 3:30 PM. We anticipate that three full days of drilling and four days of traffic control will be needed (traffic control will be needed during utility markout in the No. 3 lanes as well). Per your request, half of the borings will be conducted in the No. 1 lanes (near the median) and the other half will be located in the outer No. 3 lanes (near the sidewalk). Specifically, Borings B-02, B-03, B-06, B-09, B-10 and B-11 are all proposed in the No. 1 lanes. • We propose to advance 13 shallow explorations through the existing pavement section at the approximate locations shown on the Exploration Plans, Figures 2A through 2D. Each of the 6 to 8-inch diameter borings will be drilled through a 10 or 12-inch diameter core through the asphalt concrete. Borings located in the No. 3 lane (only) will be extended down to a depth of 5 feet below grade. Drive samples will be collected at 2 and 5-feet to help evaluate the soil compaction. Bulk samples of the subgrade soils will be collected from Borings B-01, B-04, B-05, B-07, B-08, B-12 and B-13 for laboratory testing. The borings will be backfilled with soil and capped with black-dyed concrete. • We will conduct laboratory testing on samples of the soils from the No. 3 lanes to help assess the pertinent engineering characteristics of the site soils. Testing will include particle size analysis, moisture content and dry density. R-Value tests will be conducted on three of the subgrade soil samples collected between Cannon and College, as well as two of the samples collected near La Costa, and one sample from Batiquitos Drive. The asphalt concrete cores will be photographed and archived. Per your request, some of the cores will be located directly on cracks in the asphalt concrete to determine the depth of the cracks. Note that conformance testing on samples of the existing aggregate base and asphalt concrete may also be conducted for an additional fee, if desired. • We will prepare a report summarizing the existing pavement section thickness and providing the results of the laboratory testing. Recommendations for the use of cold-in- place recycling with an asphalt concrete overlay will be provided. DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 Proposal for Pavement Investigation (Third Revision) GDC Proposal No. SD19-0133 Portions of Batiquitos Drive and El Camino Real May 21, 2019 City of Carlsbad Page 3 N:\Proposals\_2019 San Diego\SD19-033 City of Carlsbad, Pavement Cores\05 Working Docs\SD19-033R3.doc SCHEDULE We are prepared to proceed with the site investigation upon receipt of signed authorization. We anticipate that the traffic control plans, boring markout and utility clearance will take two weeks to complete. The field investigation (with continuous traffic control) will take 3 days to complete (due in part to traffic control and lane closure restrictions). Our summary report will be completed 4 to 6 weeks after we receive your authorization to proceed. FEES Our fee for the services described above will be a lump sum in the amount of $29,800, in accordance with the rates included on our previously approved Fee Schedule (City of Carlsbad, 2018). Changes to the scope of work or unanticipated conditions may require additional investigation. We agree not to exceed this estimated cost without your authorization. An itemized breakdown of our estimate cost is shown below. Scheduling, Mobilization, Utility Markout (8 Senior Engineer Hours @ $185/Hour) ........... $1,480 Field Investigation (24 Project Engineer Hours @ $165/Hour) ............................................. $3,960 Subcontracted Utility Markout (1 Day @ $400/Day) ............................................................... $400 Subcontracted Drilling Company (3 Days @ $3,600/Day) .................................................. $10,800 Subcontracted Coring Company (3 Days @ $600/Day) ......................................................... $1,800 Subcontracted Traffic Control Plans (1 Set @ $700/Set) ......................................................... $500 Subcontracted Traffic Control (4 Days @ $1,000/Day) ......................................................... $4,000 Geotechnical Laboratory Testing (Classification, Moisture, Density, R-Value) ..................... $3,900 Engineering Analysis and Report Preparation (16 Senior Hours @ $185/Hour) ................... $2,960 TOTAL $29,800 If this proposal is acceptable, please sign and return the acceptance block on the following page or provide us with another suitable form of authorization. We look forward to working with you on this project. Feel free to call with questions or comments, or if you need anything else. GROUP DELTA CONSULTANTS Matthew A. Fagan, G.E. 2569 James C. Sanders, C.E.G. 2258 Senior Geotechnical Engineer San Diego Area Manager Distribution: (1) Addressee, Mr. Emad Elias (Emad.Elias@carlsbadca.gov) DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 FIGURES DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 1 SITE LOCATION MAP SD19-033 9245 ACTIVITY ROAD, SUITE 103 SAN DIEGO, CA 92126 (858) 536-1000 SD19-033 El Camino Real Improvements City of Carlsbad NO SCALE SITE LAT: 32.8726 N LON: 117.2426 W PROJECT NAME PROJECT NUMBER DOCUMENT NUMBER FIGURE NUMBER GROUP DELTA CONSULTANTS, INC. ENGINEERS AND GEOLOGISTS DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 2A EXPLORATION PLAN (CANNON) SD19-033 9245 ACTIVITY ROAD, SUITE 103 SAN DIEGO, CA 92126 (858) 536-1000 SD19-033 El Camino Real Improvements City of Carlsbad NO SCALE EXPLANATION: Approximate locations of the 13 exploratory borings proposed by Group Delta Consultants (GDC, 2019)B-13Cannon JacksparB-01 B-02 B-03 B-04 PROJECT NAME PROJECT NUMBER DOCUMENT NUMBER FIGURE NUMBER GROUP DELTA CONSULTANTS, INC. ENGINEERS AND GEOLOGISTS DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 2B EXPLORATION PLAN (COLLEGE) SD19-033 9245 ACTIVITY ROAD, SUITE 103 SAN DIEGO, CA 92126 (858) 536-1000 SD19-033 El Camino Real Improvements City of Carlsbad NO SCALE EXPLANATION: Approximate locations of the 13 exploratory borings proposed by Group Delta Consultants (GDC, 2019)B-13 B-04 B-05 B-06College PROJECT NAME PROJECT NUMBER DOCUMENT NUMBER FIGURE NUMBER GROUP DELTA CONSULTANTS, INC. ENGINEERS AND GEOLOGISTS DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 2C EXPLORATION PLAN (FARADAY) SD19-033 9245 ACTIVITY ROAD, SUITE 103 SAN DIEGO, CA 92126 (858) 536-1000 SD19-033 El Camino Real Improvements City of Carlsbad NO SCALE EXPLANATION: Approximate locations of the 13 exploratory borings proposed by Group Delta Consultants (GDC, 2019)B-13 SalkFara d a y B-06 B-07 PROJECT NAME PROJECT NUMBER DOCUMENT NUMBER FIGURE NUMBER GROUP DELTA CONSULTANTS, INC. ENGINEERS AND GEOLOGISTS DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 2D EXPLORATION PLAN (LA COSTA) SD19-033 9245 ACTIVITY ROAD, SUITE 103 SAN DIEGO, CA 92126 (858) 536-1000 SD19-033 El Camino Real Improvements City of Carlsbad NO SCALE EXPLANATION: Approximate locations of the 13 exploratory borings proposed by Group Delta Consultants (GDC, 2019)B-13 B-11 B-10 B-09 B-08 ArenalLa CostaPROJECT NAME PROJECT NUMBER DOCUMENT NUMBER FIGURE NUMBER GROUP DELTA CONSULTANTS, INC. ENGINEERS AND GEOLOGISTS DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 2E EXPLORATION PLAN (BATIQUITOS) SD19-033 9245 ACTIVITY ROAD, SUITE 103 SAN DIEGO, CA 92126 (858) 536-1000 SD19-033 El Camino Real Improvements City of Carlsbad NO SCALE EXPLANATION: Approximate locations of the 13 exploratory borings proposed by Group Delta Consultants (GDC, 2019)B-13 B-13 B-12 Camino de las OndasPoinsettiaPROJECT NAME PROJECT NUMBER DOCUMENT NUMBER FIGURE NUMBER GROUP DELTA CONSULTANTS, INC. ENGINEERS AND GEOLOGISTS DocuSign Envelope ID: 3B74DCA5-2AC2-4C3E-9158-4BC5A0BE9837 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME:FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD MCGRAWM Ali Smith 02/12/2019 GROUDEL-01 A 1000336834191 B PSA0001394 B PSW0001750 A 1000066094191 C 035713711 1,000,000 1,000,000 1,000,000 10,000,000 10,000,000 Comp.: $500 Coll.: $500 Contractual Liab/XCU 2,000,000 1,000,000 2,000,000 Indep Consul/BFPD 5,000 50,000 1,000,000 POLLUTION LIABI 1,000,000 1,000,000 X X X X X X X X X X X C 035713711 License # 0E67768 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 02/04/2019 02/04/2020 Re: All Operations The City of Carlsbad is Additional Insured with respect to General Liability per the attached endorsement as required by written contract. Waiver of Subrogation applies to Workers' Compensation in favor of The City of Carlsbad. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. IOA Insurance Services4370 La Jolla Village DriveSuite 600San Diego, CA 92122 (619) 574-6288(619) 788-5795 50206 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 4668 - ECM #35050 New York, NY 10163-4668 Group Delta Consultants, Inc.32 Mauchly, Suite B Irvine, CA 92618 Starr Surplus Lines Insurance Company RLI Insurance Company Lexington Insurance Company 13604 13056 19437 X Ali.Smith@ioausa.com X Per Claim Aggregate 3,000,000 5,000,000 Prof Liab/Clms Made Ded.: $50k Per Claim MASTER AGREEMENT FOR GEOTECHNICAL SERVICES GROUP DEL TA CONSULTANTS, INC. PSA 19-570CA THIS AGREEMENT is made and entered into as of the 20th day of N (),r€vo~ , 2018, by and between the City of Carlsbad, a municipal corporation, ("City"), and Group Delta Consultants, Inc., a California corporation, hereinafter referred to as "Contractor." RECIJALS A. The City requires the professional services of a consulting firm that is experienced in geotechnical services. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to geotechnical services. D. Contractor has submitted a proposal to the City under Request for Qualifications (RFQ) No. 18-05, and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, the City and Contractor agree as follows: 1. scopE OF WORK The City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. SJANQARQ OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. ~ The term of this Agreement will be effective for a period of three (3) years from December 1, 2018, through November 30, 2021. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, the City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS ANQ COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by the City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by the City inaction or other agencies' lack of timely action. City Attorney Approved Version 6/12/18 PSA 19-570CA 5. coMpEN§AJION The cumulative total for all projects allowed pursuant to this Agreement will not exceed two hundred thousand dollars ($200,000) per Agreement term. Fees will be paid on a project-by- project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, the City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for the City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of the City. Contractor will be under control of the City only as to the result to be accomplished, but will consult with the City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of the City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. The City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. The City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify the City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, the City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of the City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and the City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by the City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INPEMNIFICAJION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. City Attorney Approved Version 6/12/18 2 PSA 19-570CA The parties expressly agree that any payment, attorney's fee, costs or expense the City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or the City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. The City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this projecUlocation or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for the City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to the City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 6/12/18 3 PSA 19-570CA 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to the City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to the City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to the City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then the City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by the City to obtain or maintain insurance and the City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. The City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LJCENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will 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 under this Agreement. 13. OWNERSHIP Of pocUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of the City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to the City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYBIGHTS Contractor agrees that all copyrights that arise from the services will be vested in the City and Contractor relinquishes all claims to the copyrights in favor of the City. Ill Ill Ill City Attorney Approved Version 6/12/18 4 PSA 19-570CA 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of the Contractor under this Agreement. For City Name Eleida Felix Yackel Title Senior Contract Administrator Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2767 For Contractor Name Rob Stroop Title Project Manager 9245 Activity Road Address Suite 103 San Diego, CA 92106 Phone No. 858-536-1000 Email robs@groupdelta.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONfUCT PE INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. YesOO No D 17. GENERAL coMpUANCE WIJH LAW§ Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. Pl§GBININATION ANP HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. PISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or the City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained City Attorney Approved Version 6/12/18 5 PSA 19-570CA is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, the City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If the City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, the City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by the City and all work in progress to the City address contained in this Agreement. The City will make a determination of fact based upon the work product delivered to the City and of the percentage of work that Contractor has performed which is usable and of worth to the City in having the Agreement completed. Based upon that finding the City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of the City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to the City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. The City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, the City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS ANP LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to the City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for the City to terminate this Agreement. City Attorney Approved Version 6/12/18 6 PSA 19-570CA 23. JURISDICIIQN AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. succESSQRS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon the City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of the City, which shall not be unreasonably withheld. 25. ENJIBE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. pueuc AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 7 PSA 19-570CA 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this c5 T"-day of oc1'o '6-t,r , 2018. CONTRACTOR Group Delta Consultants, Inc., a C · Ia corporation By: (sign here) NI l-C--1-1 I(_.~ se1 rctlN~ PI\-T,JA-- (print name/title) S~CIZE.TPtll"f CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall, Mayor ATTEST: If required by the City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Groyp A Chairman, President, or Vice-President Groyp B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:@~ Deputy City Attorney City Attorney Approved Version 6/12/18 8 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of Orange ) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT On De. r. J 2,.;(J Ii before me, Frank Matsumoto, Notary personally appeared 21/8f/ GffAL'!'/,Ar/ A~ IV/kH,[A U/L"IClvjl'AfM4 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ~~ FRANK MATSUMOTO~ WITNESS my hand and official seal. COMM ... 2094343 l1 NOT ARV PUBLIC-CALIFORNIA -1 ORANGE COUNTY ul Signature~~~~!!::====-------:,;;;;::---------- My Tenn Exp. Jan. 15, 2019 J (Seal) -----------OPTIONAL INFORMATION----------- Although the information in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of _______________ _ containing ___ pages, and dated _________ _ The signer(s) capacity or authority is/are as: D lndividual(s) D Attorney-in-Fact D Corporate Officer(s) -------~r=i,ie~(s~i ------- D Guardian/conservator D Partner -Limited/General D Trustee(s) D Other: ___________________ _ representing:---~~~--~~----------Name(sl of Person(s) or Entity(ies) Signer is Representing Additional Information Method of Signer Identification Proved to me on the basis of satisfactory evidence: Lo form(s) of identification O credible witness(es) Notarial event is detailed in notary journal on: Page# ___ Entry# __ Notary contact: _________ _ Other D Additional Signer(s) 0Signer(s) Thumbprint(s) •-------------- PSA 19-570CA EXHIBIT "A" scopE OF SERVICES Perform a variety of geotechnical services related tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Geotechnical investigations. B. Hazardous Material Evaluations. C. Materials testing. Requests for work not listed above must be contracted under separate agreement. City Attorney Approved Version 6/12/18 9 A GR.LlUP DEL TA PSA 19-570CA Group Delta Consultants, Inc. Prevailing Wage Schedule of Fees 2018 HOURLY CHARGES FOR PERSONNEL PROFESSIONAL SERVICES Principal ..........•................................•........•..............•.................................................................. $235 Associate ..................................................................................................................................... $200 Senior .......................................................................................................................................... $185 Project ......................................................................................................................................... $165 Senior Staff .•....•............•••..•......•....•........................................•.................•....••.•.....•....•.••.••.••...••• $155 Staff ............................................................................................................................................. $140 Designer/ Illustrator /AutoCAD .................................................................................................. $100 TESTING & INSPECTION SERVICES Laboratory Technician ....•..................•....................•.........................................•.•.•.......•.••••••.•••••... $75 Concrete lnspector ...............................................................................•........•..•............................ $95 Shotcrete lnspector ....................................................................................................................... $95 PT Strand Inspector ....................................................................... , ..........................•.................... $95 Masonry Inspector ........................................................................................................................ $95 Drilled in Anchor Inspector .•..•.••....•..............•....•..•..............•..•....•••••.....•..............•..••....••••.•.....•.•• $95 AWS/CWI QC-1 •...............................................•.......................•...•....................•.......•.................. $105 Structural Steel Welding & Bolting Inspector .••.••.. : ...................................................................... $95 Structural Steel Shop lnspector ..........•..•....•..............................•..........•...........•.......•.....•..........•... $95 Fireproofing Inspector ..............•.......•........•....•..•..•.••..........•...•...••.•.•...••.....•....•.....•....•.••.•••.•....•.•. $95 Wood Frame/Shear lnspector ...•.......•...........................................................•........•.•...•.•..........•.•. $95 Soils Technician ............................................................................................................................. $95 Asphalt Technician ..••.•..............................................•......................•.•.••.•..•..•.•.•.••..•..................... $95 Concrete Sampling Technician ···················-·················································································$95 Batch Plant Technician/Inspector ................................................................................................. $95 SPECIALTY TESTING SERVICES (rates include equipment charges) TIie/Brick Shear Testing, Two Man Crew ......................................................... : .......................... $350 TIie/Substrate Pull Testing, Two Man Crew ........•............................................•....•...................•. $250 Coring .......................................................................................................................................... $290 UT/MT Non-Destructive Testing (Level ll) ........................................................................•..••.•.•.• $120 Fireproofing Adhesion Testing ...................................................................................................... $95 Pachometer Survey ..................................................................................................................... $195 Torque/Pull Testing of Anchors & Bolts ........................................................................................ $95 Rebar/Strand Tag & Sample ...........•......................................................•..........•............................ $95 Utility Potholing ........................................................................................................................ Quote Moisture Emission Testing ...•..........•...........................•..•......•...............•.....•....•...•••.•.....•............ $120 Sample Pickup (hr.) ....................................................................................................................... $55 BASIS OF CHARGES Minimum Charges (Field Services) 2-Hour Minimum: .............•...•.•...........•••...••••••..•••••••.•................................. Show-Up Cancellation, no work performed 4-Hour Minimum: ............................................................................................................. 1-4 hours of work performed 8-Hour Minimum: ......................•..•.............................................................................. over 4 hours of work performed Pagel 10 PSA 19-570CA Group Delta Consultants, Inc. Prevailing Wage Schedule of Fees 2018 Regular Time The first .8 hours worked Monday through Friday between 5:00 am and.S:00 pm. In the event that project related equipment is required to be transported to and from the project site, other than hand tools; the time required to do so shall be considered hours worked and will be billed as such. Premium Charges Shift Differential, shifts starting after 5:00 pm or before 5:00 am (requires 48 hr. notice): ............... $2/Hr. Additional Over 8 hrs. on weekdays, up to 8 hrs. on saturdays: .......................................................................... 1.5 x Hourly Rate Over 12 hrs. on weekdays, over 8 hrs. on Saturdays, Sunday, Holiday: .............................................. 2.0 x Hourly Rate Prevailing Wage Annual Increases Prevailing Wage hourly rates will be increased in accordance with Department of Industrial Relations Prevailing Wage Determination guidelines as predetermined increases take effect. Travel and Per Diem Travel time will be charged at the base hourly rate of $65. Multi-day projects requiring overnight accommodations will be subject to Daily Per Diem charge. Mileage (per current IRS rate): ..................................................................................................................... $54.5/mile Per Diem (meals/lodging) ............................................................................................................................. $150/day Pickups Sample pickups occurring after hours or on weekends to comply with ASTM standards (required to be transported to the final curing location within 48 hours of casting) may be subject to premium charges (overtime). Rush Charges For Laboratory Services Expedited turnaround is available for some tests at the following premiums above list price. Same day service ................................................................................................................. 100% based on availability 1 day turnaround ................................................................................................................... · ................................. 80% 2 day turnaround ........................................................... · .......................................................................... · .............. 60% 3 day turnaround ..................................................................................................................................................... 40% 4 day turnaround ..................................................................................................................................................... 2S% Charges for Subcontracted Services Outside Services/Subconsultants/Subcontractors: .................................................................................. Cost Plus 10% Reimbursable Expenses Parking, air fare, car rental, food and lodging, etc.: ................................................................................. Cost Plus 10% Equipment/Supply Charges Refraction Seismograph .......................................................................................... ; .................................... $2,000/day Inclinometer Monitor ............................................................................................................................................ Quote Hazardous Gas Safety Monitor ............................................................................................................................ $25/hr. Pneumatic Piezometer/Settlement Monitor ......................................................................................................... Quote Photo Ionization Detector ................................................................................................................................... $35/hr. Mil Thickness Gauge ............................................................................................................................................ $20/hr. Nuclear Density Gauge .......................................................................................................................................... $5/hr. Skidmore .......................................................................................................................................................... $150/day Moisture Vapor Emission Test Kit ....................................................................................................................... $65/ea. A C:.iRCUP DELTA Page 2 11 PSA 19-570CA Group Delta Consultants, Inc. Prevailing Wage Schedule of Fees 2018 LABORATORY TESTING [unit cost) SOIL AND ROCK TESTS CLASSIFICATION AND INDEX TESTS: Atterberg Limits, Plasticity Index (ASTM D4318) .................... $165 Non Plastic •....••...........••.......................................... $115 Moisture Content (ASTM 02216) ............................................. $30 Sieve Analysis% Passing #200 Sieve (ASTM D1140) ................. $60 Sieve Analysis w/o Hydrometer (ASTM D422) ........................ $120 Sieve Analysis w/ Hydrometer (ASTM 0422) .......................... $210 pH of Soil (CTM 643) ........... , ....................... ·-······················· ... $45 Soil Resistivity (CTM 643) ..................................•....................... $90 Soluble Sulfate (CTM 417) ........................................................ $45 Soil Chloride Content (CTM 422) .............................................. $65 Corrosivity Series; Sulfate, Chloride, pH, Resistivity (CTM643, 417, 422) ................................................ $245 Specific Gravity of Soil (ASTM D854) ....................•................. $120 Unit Weight/Moisture Content, wax (ASTM D2937) ................ $45 Unit Weight/Moisture Content, Shelby tube (ASTM D2937) ....................................... $65 Unit Weight/Moisture Content, ring sample (ASTM D2937) ....................................... $25 STRENGTH TESTS: Direct Shear, Residual (ASTM D3080) ..................................... $800 Direct Shear, Consolidated (ASTM 03080) ............................. $265 Direct Shear, Consolidated (ASTM D3080), Remolded ........... $330 R-Value, (ASTM D2844, CTM 301) ..•..•....•.........•..................... $330 R-Value, Lime Treated in Lab (ASTM D2844, CTM 301) .......... $390 R-Value, Aggregate Base (ASTM D2844, CTM 301) ................. $375 Califomia Bearing Ratio (D1883) ................................................. $800 Torsional Ring Shear (ASTM 07608} ....................................... $780 Vane Shear Test (ASTM 04648) ................................................ $45 Unconfined Compression (ASTM 02166) ............................... $175 VOLUMETRIC CHANGE: Consolidation Test (ASTM D2435), w/otime rate .................. $265 Consolidation Test (ASTM 02435), w/ time rate .................... $350 Consolidation Test (ASTM 02435), single point ...................... $145 Free Swell ............................................................................... $235 Double Oedometer ................................................................. $395 Expansion Index (ASTM 04829} ................................................ $90 Response to Wetting (ASTM D4546) ...................................... $105 Soil Suction (ASTM D5298) ................................................... Quote PERMEABILITY: Permeability of Granular Soil (ASTM 02434) ................... _ .. Quote !~ ~ GR.CUP DELTA SOIL AND ROCK TESTS COMPAcnON: Maximum Density and Optimum Moisture (ASTM 01557) 4» Mold ................................................................... $220 4n with rock correction .............................................. $235 6N Mold ................................................................... $250 6n with rock correction ................................................ $265 Maximum Density Check Point (ASTM D1557) ........................ $60 Moisture Density of Soll-Cement Mixtures (ASTM D558) ....... Quote California Impact Compaction, test only (CTM 216) .............. $200 AGGREGATE/SUBGRADE: Abrasion Test (ASTM Cl31/C535) 100 and 500 Revs ..................................................... $250 500 & 1000 Revs .............................................................. $275 200 and 1000 Rev ..................................................... $275 500 revs only ............................................................... $125 1000 revs only ................................................................. $150 Clay Lumps/Friable Particles (ASTM C142) ............................... $120 Durability Index, Coarse (ASTM 03744/CTM229) .................... $135 Durability Index, Fine (ASTM 03744/CTM229) ........................ $115 Durability Index, Coarse & Fine (ASTM D3744/CTM229).., ...... ..$2S0 Organic Impurities (ASTM C40) .................................................. $80 Percent Fractured Aggregate (ASTM D5821) per sieve size ....... $30 Fine Aggregate Angularity (ASTM C1252) ................................ $200 Sand Equivalent (ASTM 02419) ................................................ $115 Sieve Analysis (ASTM C136) fine aggregate ........................................................... $120 coarse aggregate ..................................... , ................ $105 Specific Gravity and Absorption: fine aggregate {ASTM C128) ..................................... $165 coarse aggregate (ASTM Cl27) ................................ $105 Sulfate Soundness (ASTM C88) per sieve size .......................... $150 Cleanness Value (CTM 227) ...................................................... $145 Flat & Elongated Particles, (ASTM 04791) Per Screen Size .................................. $30 Unit ~eight of Aggregate, loose/dry rod (ASTM C29) ............... $80 SAMPLE PREPARATION Sample preparation such as hand-cutting of samples, extraction fr-om samplers, processing, and mixing of stabilized soils wlll be charged in addition to the individual test at the Engineering Technician hourly rate ........................................................................................... $85 Page3 12 PSA 19-570CA Group Delta Consultants, Inc. Prevailing Wage Schedule of Fees 2018 LABORATORY TESTING, CONTINUED (unit cost) CONSTRUCTION MATERIALS ASPHALT CONCRETE: Bulk Specific Gravity of Core, Coated (CTM 308, ASTM D1188) ................................ $40 Hveem Unit Weight (CTM 304/308), set of 3 ·······-· ................. $235 Hveem Unit Weight (ASTM D2726), set of 2 ·········-·················$190 Stabilometer /Hveem set of 2 (ASTM1560) ·············-··············$335 Stabllometer /Hveem set of 3 (CTM 366) ................................ $360 Stabilometer Value Only, set of 3 without Unit Weight {CTM 366) •.••. ___ ... _ ..................................... -.. -.$270 Bulk Sp. Gravity (Rice) (ASTM 02041) ....................................... $160 Bulk Sp. Gravity (Rice) (CT309) ................................................... $80 Asphalt ConcreteJMF Vertfication ........................ -............... Quote Marshall Unit Weight (ASTM D1559), 3 plug average .............. $225 Marshall Stability/Flow (ASTM D1560), set .......... -................. $285 Percent Bitumen {CTM 382) ..................................................... $125 Percent Bitumen & Gradation of Extracted Sample (CTM 382/202) ............................ $240 Film Stripping (CTM 302) ......................................................... $235 HMA Moisture Content (CTM 371) ............................................. $40 Ignition Oven Correction Factor Aggregate and ~ii ...................................................... $780 Ignition Oven Correction Factor Aggregate and oil w/ RAP ..................... -................. $900 Hveem AC Mix Design ............................................................. Quote Marshall AC Mix Design ....................................... ·-···············Quote Tensile Strength Ratio (TSR) ......................................................... Quote REINFORCED CONCRETE TESTS: Compressive Strength, per cylinder (ASTM C39) .................... $35 Compressive Strength, per core (ASTM C39/42) .................... $65 Flexural Strength, 6x6xl8 beam (ASTM C78) ••..•••. -............... $90 Compressive Strength, Shotcrete Panel, Set of 3 (ASTM C39/42) ......................... ·-·················$330 Compressive S1:rength of Shotc:re-te, per core .......•..................•.. $65 Removal of Shotcrete Cores, In Lab, each ············-···················$80 Compressive Strength, Light Weight Concrete Fill ..................... $35 Compressive Strength, Soil Cement················-·•-·······-··············· $40 Dryir1g Shrinkage, 3 specimens, 28-day ............... : ................ ·-····· $375 ~ GROUP OEL T .A 13 Modulus of Elasticity (ASTM C469) •............•...•••.......•......•....•.•. $22S CONSTRUCTION MATERIALS REINFORCED CONCRITT TESTS: {cont.) Tensile Strength, Splitting {ASTM C496) ..•.••.•.......•.....•••. $100 Petrographic Analysis of C~mentitious Mat. •••••............ Quote Cement Content Analysis of Cone. (ASTM C1084) ........ Quote Coefficient of Thermal Expansion. ··········-····················O.uote Concrete Trial Batch w/ lab testing •....•...•...............•••.•• Quote STRUCTURAL MASONRY: Compressive Strength Prism, All Sizes, each ..................... $120 Compressive Strength of Masonry Block, Set of 3 (ASTM C140) ...................................... $360 Linear Shrinkage of Masonry Blk., set of 3 (ASTM C426) $330 Shear Test of Masonry Cores, 6" (DSA) ........................... $100 Compressive Strength of Masonry Cores, 6" .................... $65 Dimensions of Masonry Block, Set of 3 (ASTM C140) ....•.. $60 Absorption of Masonry Block (ASTM C140), Set of 3 ............................................................................ $125 Unit Weight of Masonry Block (ASTM C140), Set of 3 ................ _ ...... ,········· .. •••• ................................... $100 Moisture Content of Masonry Block (ASTM C140), Set of 3 ··•······•·· ....................................... -...................... s100 Mortar Compressive Strength 2x4, per cylinder (UBC STD 21-161 .................................... S45 Grout Compressive Strength 2.x2x2, percube(ASTM Cl09) ........................................... $35 3x3x6, per cube (USC STD 21-18) ..................................... $65 Brick Compressive Strength, 5 brick set (ASTM C67) ...... $265 Brick Absorption Test (ASTM C67) 5 or 24-hour submersion, 5 brick set .............................. $265 1, 2, or S-hour boiling, S brick set ..........••.•••......•..•.•...•... $265 Efflorescence, Brick, 5 brick set (ASTM C67) ................... $264 Modulus of Rupture, 5 brick set (ASTM C67) .................. $190 Moisture As-Received, 5 brick set (ASTM C67) ....•....•..... $164 Saturation Coefficient/Absorption, 5 brick $et (requires 24 hr. Submersion and 5 hr. boil Absorption test prior to calculation) ................................................ $130 Page4 PSA 19-570CA Group Delta Consultants, Inc. Prevailing Wage Schedule of Fees 2018 LABORATORY TESTING, CONTINUED (unit cost) CONSTRUCTION MATERIALS STRUCTURAL STEEL: High Strength Bolt Testing (ASTM F606) Hardness, bolt, washer, or nut, each .•••••.•........•... $25 Bolt Wedge Tensile, each ....................................... $75 Bolt Proof Load, each ............................................. $60 Nut Proof Load, each .................................... -...... $50 Bolt Assembly Tes,; Series, Set of 3 ...................... $780 Set-Up, lf less than three bolts are submitted ....................... $80 Rebar, Tensile Test (ASTM A370) No. 3 bar to No. 14 bar .......................................... $75 No. 18 bar ................. -........................................ $200 Rebar, Bend Test (ASTM A370) ....................... : ...................... $55 Welded Rebar -Hoops (CTM 670) ............................... _ ...... $75 Mechanically Spliced (CTM 670) No. 3 bar to No.14 bar ........................................ $100 No.18 bar ............................................................ $200 Slippage Test in Addition to Tensile, each .........•... $75 Structural Steel, Tensile Test (ASTM A370) 100k or less .......... ·-·········· .................................... $85 101k-200k ............................................................ $105 . A ER.CUP OEL TA STRUCTURAL STEEL: (cont.) Structural Steel, Bend Test ....................................... -._ ....... $75 Structural Steel, Pipe Flattening Test ..................................... $60 Seven Wire Strand, Tensile/MOE (ASTM A416) ................... $230 Seven Wire Strand, Tensile Only (ASTM A416) .................... $155 Machining and Prep. of Structural Steel ............................ Quote Structural Steel Chemical Analysis ..................................... Quote Skidmore Bolt Calibration, In Lab ......................................... $160 Weld Procedure Qualification Test, Rebar ........... _ ............. $325 Welder Qualification Test, Rebar ......................................... $175 Weld Procedure Qualification Test ...................................... $37S Welder Qualification Test .............................. ;··-·············--Quote Carbon Equivalent ................................................................ $130 Carbon Equivalent, lnduding calculation •••••• -·-····· ............. $200 Macroetch Test of Welds ....................................................... $90 Nelson Stud Tensile {ASTM A370) ...................................... Quote Charpy Impact Testing ........................................................ Quote FIREPROOANG: Spray-Applied Fireproofing, Density (ASTM E605) Oven-Dry Method ................................. ·-··············--····· .. $60 Displacement Method ...................................................... $75 Pages 14 GROUDEL-01 MCGRAWM ACORD" CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDNYYY) ~ 2/1/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License# OE67768 22~!~cT Ali Smith IOA Insurance Services 1itl8.NJ0, Ext): (619) 788-5795 50206 I FAX 4370 La Jolla Village Drive (A/C, No):(619) 574-6288 Suite 600 i~DA~~ss, Ali.Smith@ioausa.com San Diego, CA 92122 INSURER(Sl AFFORDING COVERAGE NAIC# 1NSURERA ,Starr Surplus Lines Insurance Comoanv 13604 INSURED 1NsuRER B: RLI Insurance Comoanv 13056 Group Delta Consultants, Inc. 1NsuRER c: Lexinaton Insurance Comoanv 19437 32 Mauchly, Suite B INSURERD: Irvine, CA 92618 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER· REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS I TIO •••"'n ""'" ., A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 f---------D CLAIMS-MADE [K] OCCUR DAMAGE TO RENTED X X 1000066094181 02/04/2018 02/04/2019 PREMISES /Ea occurrence\ $ 50,000 X X-C-U MED EXP (Anv one oerson\ $ 5,000 X Contractual Liab. ~ PERSONAL & ADV INJURY $ 1,000,000 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ Fl [K] PRO-•LOG 2,000,000 POLICY JECT PRODUCTS -COMP/OP AGG $ OTHER: POLLUTION LIABI $ 1,000,000 ./ B AUTOMOBILE LIABILITY YE~~~b~~~t?NGLE LIMIT $ 1,000,000 X ANY AUTO PSA0001394 02/04/2018 02/04/2019 BODILY INJURY (Per oerson\ $ OWNED ~ SCHEDULED ~ AUTOS ONLY ~ AUTOS BODIL y INJURY (Per accident\ $ HIRED NON-OWNED 1P~?~2c~d1it?AMAGE $ AUTOS ONLY ~ AUTOS ONLY X Comp .. $500 X Coll .. $500 $ A UMBRELLA LIAB M OCCUR EACH OCCURRENCE $ 10,000,000 f---------1000336834181 02/04/2018 02/04/2019 10,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $ ✓ DED I I RETENTION$ $ B WORKERS COMPENSATION XI ~ffTUTE I I OTH-AND EMPLOYERS" LIABILITY ER Y/N X PSW0001750 02/04/2018 02/04/2019 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE • E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) EL. DISEASE -EA EMPLOYEE $ ~~it~f'r;'f~J~ oW'6PERA TIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 C Prof Liab/Clms Made 035713711 02/04/2018 02/04/2019 Per Claim 3,000,000 C Ded.: $50k Per Claim 035713711 02/04/2018 02/04/2019 Aggregate 5,000,000 ./ DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (ACORD 1010 Additional Remarks Schedule. may be attached If more space is required) Re: All Operations City of Carlsbad/CMWD, its officials, employees, and volunteers are Additional Insureds with respect to General Liability per the attached endorsement as required by written contract. Waiver of Subrogation applies to General Liability and Workers Compensation. 30 Days Notice of Cancellation with 10 Days Notice for Non-Payment of Premium in accordance with the policy provisions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Carlsbad/CMWD {.~~~~ 1635 Faraday Ave. '""''"h"rf r 11, 0?nn11 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Named Insured: Group Delta Consultants, Inc. Policy Number: 1000066094181 COMMERCIAi:. GENERAL LIABILITY CG.20100413 THIS. ENDORSEMENT CHANGES THE POLICY~ _PLEASE .READ IT CAREFULLY. A.DDITIONAL INSURED -OWNERS, LE:SSEES OR CONTRACTORS~ SCHEDULED PERSON OR ORGANIZATION This endorsement:modifies insurance. provided under.the following: COMMl;:RCIAL GENERAL LIABILITY COVER.AGE PART SCHEDULE Name·OfAdditional Insured Person(s) Or Organlzation(s) Location(s) Of Covered Operations As required by written contract As required by written contract lnfor~tion reoufred to comDlete this Schedule if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional Insured the person(s) or organilation(s) shown in the Schedule, but only with respect to liability for 'bodily ·injury", "pr.op~rty damage" or "personal and advertising injury" caused, in whole or in-part, by: 1. Your acts or omissions.; or 2. The acts or omissions of those acting en your behalf; fn tt:le performance of your ongoir:ig. operations for- the additional ihsured(s) at the location(s) designated above; However: 1. The insurahCe afforded to such additional insured only applies to the extent permitted .by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which .you are required by the contract or -agreement to provide for such additional i.nsured. B. With r-espect to the insurance afforded to these additional insureds; the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, incll:Jding materials, parts or equipment furnished in connection with such work, on the project (other tha.n service, maintenance or repairs) t~ be performed by .or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been pl.it to its intended use DI any person ·or organ•zation other than another contractor or subcontractor engaged: in performing operations for ~ principal as a part of the same project. CG20100413 © Insurance Services Offlce; Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of-Insurance: If coverage provided to the additional insure.ct is required by a Gontract or agreement, the most we wi!I pay on behalf of the additional insured is th~ amount of insurance: 1. Required by the contract or agreement; or 2 .. Available under. the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement .shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of2 CC> Insurance Services Office, Inc., 2012 CG 2b 10 04.13 Named Insured: Group Delta Consultants, Inc. Policy Number: 1000066094181 COMMERCIAL ·GENERAL LIABILITY CG 20 37 041_3 THIS _ENDOR~EMENT CHANGES THE POLICY; PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorser.nent.modifies insurance provided under the followlng: COMMERCIAL GENERAL LIABILiTY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Descriotion Of Comoleted Ooerations As required by written contract As required by written contract Information required to complete this Schedule If not shown above will be shown in the Declarations. A. Section ii -Who Is An Insured is amended to· include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with r:espect to liability for "bodily injury'' or "property oamage" caused, In whole or in part, by ''your work" at the • iocaticm -designated and described In the Schedule of this endorsement performed for that additional insured and included In the "products-completed operations hazard". However: 1. The insurance afforded to such addftional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional .insured is required 'ay a contract or agreement, the insurance afforded to such additional insured will not be _prc,,ader than that which you are required, by the contr.act or agreement to provide ·for such additional insured. CG20370413 © Insurance Services Office, Inc., 20-12 Page 1 of2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreemen~ the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of2 © ISO Properties, Inc., 2012 CG2037 0413 • • Starr Surplus Lines Insurance Company Chicago, IL 1-646-227-6300 Primary and Non-contributory, Additional Insured and Waiver of Subrogation Named Insured: Group Delta Consultants, Inc. Policy Number: 1000066094181 This endorsement modifies the insurance coverage form(s) listed below that have been purchased by you and evidenced as such on the Declarations page. Please read the endorsement and respective policy(ies) carefully. SCHEDULE Commercial General Liability Coverage Form Owners and Contractors Protective Liability Coverage form Products/Completed Operations Liability Coverage Form Contractors Pollution Liability Coverage Form Professional Liability Coverage Form Site Pollution Liability Coverage Form All as required by written, signed or executed contract. A. SECTION II -WHO IS AN INSURED is amended to include as an insured the person or organization shown in the schedule of this endorsement, but only with respect to liability arising out of •your work" for that insured by or for you. B. As respects additional insureds as defined above, this insurance also applies to "bodily injury" or "property damage" arising out of your negligence when the following written contract requirements are applicable: 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insured's shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against these additional insured's because of payments we make for injury or damage arising out of •your work" done under a written contract with the additional insured. 3. The term insured is used separately and not collectively, but the inclusion of more than one insured shall not increase the limits or coverage provided by this insurance. Insureds and Agents are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy. Certificates should not be used to amend, expand or otherwise alter the terms of the actual policy. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. Signed for STARR SURPLUS LINES INSURANCE COMPANY /,,,,.✓, . . -'c ~a Nehe~sb~rg,Gerierau ounsel SL -023 (06111) Page 1 of 1 Copyright © C. V. Starr & Company and starr surplus Lines Insurance Company. All rights reserved, Includes copyrighted material of ISO Properties, Inc., used with Its permission. Named Insured: Group Delta Consultants, Inc. Policy Number: PSW0001750 WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT--CALIFORNIA WC 040306 (Ed. 04-84) We have the right to recover our payments from anyone liable for an injury covered by this pollcy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be __ % of the California workers' compensation premium otherwise due on such remuneration. Person or Organization All persons or organizations that are party to a contract that requires you to obtain this agreement, provided you executed the contract before the loss Schedule Job Description Jobs performed for an person or organization that you have agreed with in a written contract to provide this agreement