Loading...
HomeMy WebLinkAboutRFP-2025-DBB Damage Repair R1 (signed) DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA REQUEST FOR PROPOSALS FOR DESIGN OF Diamond Bar Boulevard Damage Repair at Mapache Drive FEBRUARY 2025 1 of 6 CITY OF DIAMOND BAR REQUEST FOR PROPOSALS (RFP) Date: February 11, 2025 Department: Public Works Project Type: Diamond Bar Boulevard Damage Repair at Mapache Drive Proposals Due: March 6, 2025 at 2:00 P.M. Project Contact: Hal Ghafari, PE, Public Works Manager/Assistant City Engineer (909) 839-7044 / HGhafari@DiamondBarCA.gov INTRODUCTION Incorporated on April 18, 1989, the City of Diamond Bar (“City”) sets against a scenic mountain backdrop on more than 8,000 acres (12.5 sq. miles) of rolling hills and valleys in the East San Gabriel Valley region. Among the amenities that contribute to the high quality of life that is valued by residents are the family-friendly atmosphere; the well-maintained parks, trails, and roads; top-rated school Districts; and the unparalleled public safety services which contribute to keeping Diamond Bar among the safest communities in the region for the past 30 years. BACKGROUND An approximate 70ft section of Diamond Bar Boulevard, along the northwest side between Cold Spring Lane and Crooked Creek Drive, shows visible damage to the existing public improvements (pavement, curb, gutter, and sidewalk). Recent images of this damage are provided in Attachment 2. In March 2024, the City’s geotechnical consultant prepared a report (Attachment 3) to evaluate the current soil and geologic conditions at this site and to provide geotechnical design recommendations for mitigating the damage to these public improvements. TO INTERESTED FIRMS The City of Diamond Bar is inviting qualified firms to submit proposals for Diamond Bar Boulevard Damage Repair at Mapache Drive. The purpose of this Request for Proposals (RFP) is to have a qualified, professional, and responsive firm to provide design services and develop plans, specifications, and estimates (PS&E) to the City. 2 of 6 The awarded firm is responsible for incorporating the geotechnical recommendations into their design. Any further geotechnical work by the geotechnical consultant of record may be authorized at the City’s discretion. This contract will be administered by the City’s Public Works Department. SCOPE OF SERVICES This scope of services includes, but is not limited to the following tasks: 1. Pre-construction field meeting and general project management. 2. Project research, including utility research to obtain as-built plans and record data. This will include a review of the Ninyo & Moore March 8, 2024, Geotechnical Report (see Attachment 2) and other applicable records as necessary. 3. Topographic survey to include limits of the public right-of-way and private property, and location of existing structures (trees, walls, etc.) within the survey area. 4. Preparation of plans, specifications, and estimates at the 60%, 90%, and 100% milestones, using City boilerplate templates and standards. All civil plans must be submitted at a 1” = 20’ scale with 1-foot contours. a. It is the City’s intention to reference the Standard Specifications for Public Works Construction (latest edition) and Standard Plans for Public Works Construction (latest edition) for this project. b. The Consultant shall provide copies of all referenced standard plans from other sources. 5. Preparation of the following construction documents: a. Demolition, b. Pile Foundations, c. Grading and Drainage, and d. Erosion Control. Note that registered civil and structural engineers are required to stamp and sign all plans as applicable. 6. Conduct site visits, and coordinate with the City to request any additional geotechnical work as necessary to prepare the PS&E. 7. Provide assistance during the bidding process. The Consultant shall be responsive to all inquiries from prospective bidders. Should any changes be required to the plans and/or specifications during this phase, the Consultant shall make the 3 of 6 necessary changes and submit in a timely manner to the City and also assist with the issuance of a bidding addendum. 8. Provide assistance during the construction process. The Consultant shall be responsive to all inquiries from the awarded contractor. Should any Requests for Information (RFI) be issued where the plans and/or specifications must be updated during this phase, the Consultant shall make the necessary changes and submit in a timely manner to the City and also assist with the issuance of a Change Order. 9. Submittal of as-built plans upon completion of the construction phase. 10. [OPTIONAL, IF DEEMED NECESSARY] Preparation of easement documents for construction access and maintenance easements for any proposed public improvements within the limits of private property. PROPOSAL CONTENT AND FORMAT 1. PROJECT TEAM: Please provide an organizational chart indicating principles and key project team members. Also, provide resumes of the key personnel involved with this contract including personnel from sub-consultants (if any). Identify the experience of the personnel assigned and briefly outline the responsibilities of each member. If any changes in personnel occur during the contract period, the consultant shall notify the City and furnish the same required information. 2. FIRM’S EXPERIENCE/REFERENCES: List three (3) public agencies where similar services are being provided. Provide the following information: agency name, project manager's name, and services provided. 3. PROJECT UNDERSTANDING: Describe the approach and methods that will be used to complete the work described in the scope of services. Provide enough detail to distinguish the various work required for each task. Also, identify any potential concerns or problems that your firm anticipates during the term of this contract. 4. SCHEDULE: Provide a proposed schedule to accomplish all of the required tasks. Be sure to include time for City review/approval milestones. 5. FEE PROPOSAL: Provide a “not-to-exceed” for each year to provide the required scope of services, and state the assumptions on which the estimates are based. Also, provide the hourly rates of all personnel assigned to the contract. These rates may be used to negotiate additional design work at the City’s request. 4 of 6 6. AGREEMENT: Attachment 1 is a copy of the City’s Consultant Services Agreement. A statement must be made in the proposal that all terms and conditions are acceptable. No exceptions to this agreement are allowed. GENERAL TERMS AND CONDITIONS 1. Issuance of this Request for Proposals (RFP) and receipt of proposals does not commit the City to award an agreement. The City expressly reserves the right to postpone the bid opening date for its own convenience, to accept or reject any or all bids received in response to this RFP, to negotiate with more than one vendor concurrently, or to cancel all or part of this RFP. 2. The City reserves the right to reduce or revise elements of the scope of work prior to the award of any agreement. Furthermore, the City reserves the right to reject any or all proposals submitted; and no representation is made hereby that any agreement will be awarded pursuant to this Request for Proposals, or otherwise. All costs incurred in the preparation of the proposal, in the submission of additional information and/or in any other aspect of a proposal prior to the award of a written agreement will be borne by the bidder. 3. Proposals shall be submitted on the forms supplied by the City of Diamond Bar and contained herein. 4. All proposals, bids, and quotes must be typewritten or written in ink. No erasures will be permitted. Mistakes may be crossed out and corrections made adjacent. Corrections must be initialed by the person signing the bid. 5. Proposals submitted may be withdrawn by written or email request received by the City before the hour set for opening. After such hour, it may not be withdrawn. 6. The City reserves the right to reject any or all proposals and to waive any informality or technical defect in a proposal. 7. All proposals must be signed by a responsible officer or authorized employee of the firm, giving the firm’s name and address. Obligations assumed by such signature must be fulfilled. 8. Submissions of a signed bid will be interpreted to mean that the bidder has thereby agreed to all of the terms and conditions set forth in the bid package. 9. CONTRACT PERIOD: The term of the contract will be until the completion of all services rendered. 10. INVITATION FOR INTERVIEW (OPTIONAL): Firm(s) selected for further consideration for all or parts of the tasks in the scope of work may be contacted to arrange for an interview with City Staff via a virtual meeting platform. Should a firm 5 of 6 be asked to participate in the interview, the principal and personnel assigned to the City should be available to discuss the following: • Major elements of the proposal; and be prepared to answer any questions raised to clarify in detail, and • Satisfactory performance on similar past/current work and description of previously/current related experience for assigned personnel. 11. SELECTION PROCEDURE: Criteria for evaluation of proposals may include, but need not be limited to, the following: • Responsiveness and comprehensiveness of proposal. • Firm’s and assigned personnels’ experience with the City of Diamond Bar and other public agencies. • Quality of previous work performed by the firm. • Resources and fees required to perform the requested services. • The firm’s comments on the consulting services agreement. • References. 12. RIGHT TO REJECT ALL PROPOSALS: The City reserves the right to reduce or revise elements of the scope of work prior to the award of a contract. Furthermore, the City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. This solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. All proposals submitted to the City in response to this RFP shall become property of the City. 13. FEE PROPOSAL: A fee proposal shall be submitted separately, including a detailed schedule with all proposed staff, the hours each person will devote to a given task, and all reimbursable services to complete work described in the proposed Scope of Service. The fee proposal(s) shall be uploaded on PlanetBids separately bearing the name, address, and telephone number of the individual or entity submitting the proposal. 14. INSURANCE: Proof of insurance requirements addressed in the professional services agreement of this Request for Proposal shall be submitted by the selected Consultant upon execution of the contract for submittal to the City Council. The selected Consultant must submit a "Statement Certifying Insurance Coverage" certifying that the required insurance coverage will be obtained by the Consultant, and that the Consultant understands said coverage is prerequisite for entering into an agreement with the City. The Consultant is required to confirm with its insurance carrier that it can meet all the requirements for insurance. Failure to meet the insurance regulations as set forth shall result in the Consultant's disqualification. 6 of 6 15. AGREEMENT: A copy of the City’s consultant services agreement can be found as Attachment 1. A statement SHALL be made in the proposal that all terms and conditions including insurance requirements are acceptable. ATTACHMENTS SCHEDULE • ATTACHMENT 1 Sample Contract Agreement • ATTACHMENT 2 Site Exhibit and Recent Conditions • ATTACHMENT 3 Ninyo & Moore – March 8, 2024 Geotechnical Report RFP SCHEDULE • February 11, 2025 Release of RFP • March 6, 2025 Proposals Due to the City • March 11-13, 2025 Invitation for Interview (Optional) • April 2025 Award of Contract SUBMITTAL OF PROPOSALS An electronic copy of the proposal, in PDF format, shall be uploaded onto PlanetBids on or before two o’clock (2:00) P.M. on Thursday, March 6, 2025. Only electronic proposals will be accepted. Use the link below to register: https://www.diamondbarca.gov/712/RFP-RFQ- BID-Opportunities. QUESTIONS Any questions can be posted within the Q&A Section in PlanetBids. Please post all questions no later than 4:00 P.M. on February 27, 2025. Sincerely, David G. Liu, P.E. Director of Public Works/City Engineer RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $ 780,000$ 350,000$ 140,000$ 100,000$ 190,0 $ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$ ATTACHMENT 1 SAMPLE CONTRACT AGREEMENT 1 Professional Services - Design 1614063.1 CONSULTING SERVICES AGREEMENT Design Professional THIS AGREEMENT (the "Agreement") is made as of , 2025 by and between the City of Diamond Bar, a municipal corporation ("City") and ___________, a [Insert the type of entity of the Consultant, e.g., Inc., a California corporation; a California general partnership; a California limited liability company; a sole proprietor; etc.] ("Consultant"). 1. Consultant's Services. Subject to the terms and conditions set forth in this Agreement Consultant shall provide to the reasonable satisfaction of the City the [describe general type, i.e., architecture] services set forth in the attached Exhibit "A", which is incorporated herein by this reference. As a material inducement to the City to enter into this Agreement, Consultant represents and warrants that it has thoroughly investigated the work and fully understands the difficulties and restrictions in performing the work. Consultant represents that it is fully qualified to perform such consulting services by virtue of its experience and the training, education and expertise of its principals and employees. Nicholas Delgado, Management Analyst (herein referred to as the “City’s Project Manager”), shall be the person to whom the Consultant will report for the performance of services hereunder. It is understood that Consultant shall coordinate its services hereunder with the City’s Project Manager to the extent required by the City’s Project Manager, and that all performances required hereunder by Consultant shall be performed to the satisfaction of the City’s Project Manager and the City Manager 2. Term of Agreement. This Agreement shall take effect ___________, 2025, and shall continue until unless earlier terminated pursuant to the provisions herein. [Optional Language for Extensions] The City Manager shall have the option to extend this Agreement for [describe extension option, e.g., two (2) additional two (2) year terms.], subject to the same terms and conditions contained herein, by giving Consultant written notice of the exercise of this option at least thirty (30) days prior to the expiration of the initial Term. In the event the City exercises its option to extend the Term, Consultant's compensation shall be subject to an adjustment upon the effective date of extension as follows: Any increase in compensation will be negotiated between the City and the Consultant, but in no event shall the increase exceed the amount that the Consumer Price Index ("CPI") for the Los Angeles-Anaheim-Riverside metropolitan area for the month immediately preceding the Adjustment Date (the "Index Month") as reported by the Bureau of Labor Statistics of the United States Department of Labor, has increased over the CPI for the month one year prior to the Index Month. 2 Professional Services - Design 1614063.1 3. Compensation. City agrees to compensate Consultant for each service which Consultant performs to the satisfaction of City in compliance with the scope of services set forth in Exhibit "A". Payment will be made only after submission of proper invoices in the form specified by City. Total payment to Consultant pursuant to this Agreement shall not exceed [Spell out dollar amount] ($ ) without the prior written consent of the City. The above not to exceed amount shall include all costs, including, but not limited to, all clerical, administrative, overhead, telephone, travel and all related expenses. 4. Payment. A. As scheduled services are completed, Consultant shall submit to City an invoice for the services completed, authorized expenses and authorized extra work actually performed or incurred. B. All such invoices shall state the basis for the amount invoiced, including services completed, the number of hours spent, and any extra work performed. C. City will pay Consultant the amount properly invoiced within 35 days of receipt, but may withhold 30% of any invoice until all work is completed, which sum shall be paid within 35 days of completion of the work and receipt of all deliverables . [Optional to include withhold-typically would if a deliverable was involved, such as software or a report] D. Payment shall constitute payment in full for all services, authorized costs and authorized extra work covered by that invoice. 5. Change Orders. No payment for extra services caused by a change in the scope or complexity of work, or for any other reason, shall be made unless and until such extra services and a price therefore have been previously authorized in writing and approved by the City Manager or his designee as an amendment to this Agreement. The amendment shall set forth the changes of work, extension of time , if any, and adjustment of the fee to be paid by City to Consultant. 6. Priority of Documents. In the event of any inconsistency between the provisions of this Agreement and any attached exhibits, the provisions of this Agreement shall control. [If more than one exhibit, determine if one should control over other, i.e. City's Request for Proposal, Consultant Proposal. Language would be along the following lines: "In the event of any inconsistency between this Agreement and the attached exhibits, the following order of precedence shall apply: (a) This Agreement; (b) The City's Request for Proposal, dated _____; and (c) Consultant's Proposal dated ______.] 7. Status as Independent Contractor. 3 Professional Services - Design 1614063.1 A. Consultant is, and shall at all times remain as to City, a wholly independent contractor. Consultant shall have no power to incur any debt, obligation, or liability on behalf of City or otherwise act on behalf of City as an agent. Neither City nor any of its agents shall have control over the conduct of Consultant or any of Consultant's employees, except as set forth in this Agreement. Consultant shall not, at any time, or in any manner, represent that it or any of its agents or employees are in any manner agents or employees of City. B. Consultant agrees to pay all required taxes on amounts paid to Consultant under this Agreement, and to indemnify and hold City harmless from any and all taxes, assessments, penalties, and interest asserted against City by reason of the independent contractor relationship created by this Agreement. In the event that City is audited by any Federal, State agency, including the Public Employee Retirement System, regarding the independent contractor status of Consultant and the audit in any way fails to sustain the validity of a wholly independent contractor relationship between City and Consultant, its employees or subconsultants, then Consultant agrees to reimburse City for all costs, including accounting and attorney's fees, arising out of such audit and any appeals relating thereto. C. Consultant shall fully comply with Workers' Compensation laws regarding Consultant and Consultant's employees. Consultant further agrees to indemnify and hold City harmless from any failure of Consultant to comply with applicable Worker's Compensation laws. D. Consultant shall, at Consultant’s sole cost and expense fully secure and comply with all federal, state and local governmental permit or licensing requirements, including but not limited to a business license with the City of Diamond. E. In addition to any other remedies it may have, City shall have the right to offset against the amount of any fees due to Consultant under this Agreement any amount due to City from Consultant as a result of Consultant's failure to promptly pay to City any reimbursement or indemnification required by this Agreement or for any amount or penalty levied against the City for Consultant’s failure to comply with this Section. 8. Standard of Performance. Consultant shall perform all work at the standard of care and skill ordinarily exercised by members of the profession under similar conditions and represents that it and any subcontractors it may engage, possess any and all licenses which are required to perform the work contemplated by this Agreement and shall maintain all appropriate licenses during the performance of the work. 9. Indemnification. To the maximum extent permitted by Civil Code section 2782.8, Consultant shall defend, indemnify and hold harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and against all liability, loss, damage, expense, cost (including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with: 4 Professional Services - Design 1614063.1 (1) Any and all claims under Worker’s Compensation acts and other employee benefit acts with respect to Consultant’s employees or Consultant’s contractors; (2) Any and all claims arising out of Consultant's performance of work hereunder or its failure to comply with any of its obligations contained in this Agreement. Should City in its sole discretion find Consultant’s legal counsel unacceptable, then Consultant shall reimburse the City its costs of defense, including without limitation reasonable attorneys' fees, expert fees and all other costs and fees of litigation. The Consultant shall promptly pay any final judgment rendered against the Indemnitees. Except for the Indemnitees, this Agreement shall not be construed to extend to any third -party indemnification rights of any kind; and (3) Any and all claims for loss, injury to or death of persons or damage to property caused by the negligent professional act or omission in the performance of professional services pursuant to this Agreement. (4) The Consultant's obligations to indemnify, defend and hold harmless the City shall survive termination of this Agreement. 10. Insurance. A. Consultant shall at all times during the term of this Agreement carry, maintain, and keep in full force and effect, with an insurance company authorized to do business in the State of California and approved by the City the following insurance: (1) a policy or policies of broad-form comprehensive general liability insurance written on an occurrence basis with minimum limits of $1,000,000.00 combined single limit coverage against any injury, death, loss or damage as a result of wrongful or negligent acts by Consultant, its officers, employees, agents, and independent contractors in performance of services under this Agreement; (2) property damage insurance with a minimum limit of $500,000.00 per occurrence; (3) automotive liability insurance written on an occurrence basis covering all owned, non-owned and hired automobiles, with minimum combined single limits coverage of $1,000,000.00; (4) Worker's Compensation insurance when required by law, with a minimum limit of $500,000.00 or the amount required by law, whichever is greater; [Note: Does not apply to a sole proprietor, i.e., a Consultant with no employees but can leave in as it states "when required by law."] and (5) Professional liability insurance covering errors and omissions arising out of the performance of this Agreement with a combined single limit of $1,000,000. If such insurance is on a claims’ made basis, Consultant agrees to keep such insurance in 5 Professional Services - Design 1614063.1 full force and effect for at least five years after termination or date of completion of this Agreement. B. The City, its officers, employees, agents, and volunteers shall be named as additional insureds on the policies as to comprehensive general liability, property damage, and automotive liability. The policies as to comprehensive general liability, property damage, and automobile liability shall provide that they are primary, and that any insurance maintained by the City shall be excess insurance only. [If Consultant's work does not require Consultant to come onto City property except for perhaps site visits and meetings, City can be flexible with insurance, including need to be additional insureds and with cancellation provision in Section 10.C below. If Consultant works off-site and simply delivers a report or product, insurance may be waived altogether, except for Workers' Compensation] C. All insurance policies shall provide that the insurance coverage shall not be non-renewed, canceled, reduced, or otherwise modified (except through the addition of additional insureds to the policy) by the insurance carrier without the insurance carrier giving City ten (10) day's prior written notice thereof. Consultant agrees that it will not cancel, reduce or otherwise modify the insurance coverage and in the event of any of the same by the insurer to immediately notify the City. D. All policies of insurance shall cover the obligations of Consultant pursuant to the terms of this Agreement and except for professional liability insurance, shall be issued by an insurance company which is authorized to do business in the State of California or which is approved in writing by the City; and shall be placed have a current A.M. Best's rating of no less than A-, VII. In the case of professional liability insurance, such coverage shall be issued by companies either licensed or admitted to conduct business in the State of California so long as such insurers possesses the aforementioned Best's rating. E. Consultant shall submit to City (1) insurance certificates indicating compliance with the minimum insurance requirements above, and (2) insurance policy endorsements or a copy of the insurance policy evidencing the additional insured requirements in this Agreement, in a form acceptable to the City. F. Self-Insured Retention/Deductibles. All policies required by this Agreement shall allow City, as additional insured, to satisfy the self-insured retention (“SIR”) and/or deductible of the policy in lieu of the Consultant (as the named insured) should Consultant fail to pay the SIR or deductible requirements. The amount of the SIR or deductible shall be subject to the approval of the City. Consultant understands and agrees that satisfaction of this requirement is an express condition precedent to the effectiveness of this Agreement. Failure by Consultant as primary insured to pay its SIR or deductible constitutes a material breach of this Agreement. Should City pay the SIR or deductible on Consultant’s due to such failure in order to secure defense and indemnification as an additional insured under the policy, City may include such amounts as damages in any action against Consultant for breach of this Agreement in addition to any other damages incurred by City due to the breach. 6 Professional Services - Design 1614063.1 G. Subrogation. With respect to any Workers' Compensation Insurance or Employer's Liability Insurance, the insurer shall waive all rights of subrogation and contribution it may have against the Indemnitees. H. Failure to Maintain Insurance. If Contractor fails to keep the insurance required under this Agreement in full force and effect, City may take out the necessary insurance and any premiums paid, plus 10% administrative overhead, shall be paid by Consultant, which amounts may be deducted from any payments due Consultant. I. Consultant shall include all subcontractors, if any, as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor to the City for review and approval. All insurance for subcontractors shall be subject to all of the requirements stated herein. 11. Confidentiality. Consultant in the course of its duties may have access to confidential data of City, private individuals, or employees of the City. Consultant covenants that all data, documents, discussion, or other information developed or received by Consultant or provided for performance of this Agreement are deemed confidential and shall not be disclosed by Consultant without written authorization by City. City shall grant such authorization if disclosure is required by law. All City data shall be returned to City upon the termination of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. Notwithstanding the foregoing, to the extent Consultant prepares reports of a proprietary nature specifically for and in connection with certain projects, the City shall not, except with Consultant's prior written consent, use the same for other unrelated projects. 12. Ownership of Materials. Except as specifically provided in this Agreement, all materials provided by Consultant in the performance of this Agreement shall be and remain the property of City without restriction or limitation upon its use or dissemination by City. Consultant may, however, make and retain such copies of said documents and materials as Consultant may desire. 13. Maintenance and Inspection of Records. In accordance with generally accepted accounting principles, Consultant and its subcontractors shall maintain reasonably full and complete books, documents, papers, accounting records, and other information (collectively, the “records”) pertaining to the costs of and completion of services performed under this Agreement. The City and any of their authorized representatives shall have access to and the right to audit and reproduce any of Consultant's records regarding the services provided under this Agreement. Consultant shall maintain all such records for a period of at least three (3) years after termination or completion of this Agreement. Consultant agrees to make available all such records for inspection or audit at its offices during normal business hours and upon three (3) days' notice from the City, and copies thereof shall be furnished if requested. 14. Conflict of Interest. 7 Professional Services - Design 1614063.1 A. Consultant covenants that it presently has no interest and shall not acquire any interest, direct or indirect, which may be affected by the services to be performed by Consultant under this Agreement, or which would conflict in any manner with the performance of its services hereunder. Consultant further covenants that, in performance of this Agreement, no person having any such interest shall be employed by it. Furthermore, Consultant shall avoid the appearance of having any interest which would conflict in any manner with the performance of its services pursuant to this Agreement. B. Consultant covenants not to give or receive any compensation, monetary or otherwise, to or from the ultimate vendor(s) of hardware or software to City as a result of the performance of this Agreement. Consultant's covenant under this section shall survive the termination of this Agreement. 15. Termination. The City may terminate this Agreement with or without cause upon fifteen (15) days' written notice to Consultant. The effective date of termination shall be upon the date specified in the notice of termination, or, in the event no date is specified, upon the fifteenth (15th) day following mailing of the notice. In the event of such termination, City agrees to pay Consultant for services satisfactorily rendered prior to the effective date of termination. Immediately upon receiving written notice of termination, Consultant shall discontinue performing services, unless the notice provides otherwise, except those services reasonably necessary to effectuate the termination. The City shall be not liable for any claim of lost profits. 16. Personnel/Designated Person. Consultant represents that it has, or will secure at its own expense, all personnel required to perform the services under this Agreement. All of the services required under this Agreement will be performed by Consultant or under its supervision, and all personnel engaged in the work shall be qualified to perform such services. [If it is important that a specific person perform the work include the following] Except as otherwise authorized by the City's Project Manager, [If applicable, name of designated person] shall be the person who primarily performs the work provided under this Agreement. Except as provided in this Agreement, Consultant reserves the right to determine the assignment of its own employees to the performance of Consultant's services under this Agreement, but City reserves the right in its sole discretion to require Consultant to exclude any employee from performing services on City's premises. 17. Non-Discrimination and Equal Employment Opportunity. A. Consultant shall not discriminate as to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation, in the performance of its services and duties pursuant to this Agreement, and will comply with all rules and regulations of City relating thereto. Such nondiscrimination shall include but not be limited to the following: employment, upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 8 Professional Services - Design 1614063.1 B. Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant state either that it is an equal opportunity employer or that all qualified applicants will receive consideration for employment without regard to race, color, creed, religion, sex, marital status, national origin, ancestry, age, physical or mental handicap, medical condition, or sexual orientation. C. Consultant will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Agreement except contracts or subcontracts for standard commercial supplies or raw materials. 18. Time of Completion. Consultant agrees to commence the work provided for in this Agreement within (5) days of being notified by the City to proceed and to diligently prosecute completion of the work within ________ (__) calendar days from such date or as may otherwise be agreed to by and between the Project Manager and the Consultant. [Optional to include time of completion, but if it is important for City to have the work done within a specific time include.] 19. Time Is of the Essence. Time is of the essence in this Agreement. Consultant shall do all things necessary and incidental to the prosecution of Consultant's work. 20. Liquidated Damages. Consultant shall pay City, or have withheld from monies due it, as liquidated damages, the sum of _______ Dollars ($___) per day for each and every calendar day's delay in finishing the work within the time specified, including any written extensions which may be granted, in writing, in accordance with this Agreement. [Optional, include in situations in which untimely delivery of a product or service would interfere with City's ability to serve its constituents or cause project delay. Must have Sections 18 and 19 above to include.] 21. Delays and Extensions of Time. Consultant's sole remedy for delays outside its control shall be an extension of time. No matter what the cause of the delay, Consultant must document any delay and request an extension of time in writing at the time of the delay to the satisfaction of City. Any extensions granted shall be limited to the length of the delay outside Consultant’s control. If Consultant believes that delays caused by the City will cause it to incur additional costs, it must specify, in writing, why the delay has caused additional costs to be incurred and the exact amount of such cost within 10 days of the time the delay occurs. No additional costs can be paid that exceed the not to exceed amount absent a written amendment to this Agreement. In no event shall the Consultant be entitled to any claim for lost profits due to any delay, whether caused by the City or due to some other cause. 22. Assignment. Consultant shall not assign or transfer any interest in this Agreement nor the performance of any of Consultant's obligations hereunder, without the prior written consent of City, and any attempt by Consultant to so assign this Agreement or any rights, duties, or obligations arising hereunder shall be void and of no effect. 9 Professional Services - Design 1614063.1 23. Compliance with Laws. Consultant shall comply with all applicable laws, ordinances, codes and regulations of the federal, state, and local governments. 24. Non-Waiver of Terms, Rights and Remedies. Waiver by either party of any one or more of the conditions of performance under this Agreement shall not be a waiver of any other condition of performance under this Agreement. In no event shall the making by City of any payment to Consultant constitute or be construed as a waiver by City of any breach of covenant, or any default which may then exist on the part of Consultant, and the making of any such payment by City shall in no way impair or prejudice any right or remedy available to City with regard to such breach or default. 25. Attorney's Fees. In the event that either party to this Agreement shall commence any legal or equitable action or proceeding to enforce or interpret the provisions of this Agreement, the prevailing party in such action or proceeding shall be entitled to recover its costs of suit, including reasonable attorney's fees and costs, including costs of expert witnesses and consultants. 26. Mediation. Any dispute or controversy arising under this Agreement, or in connection with any of the terms and conditions hereof, which cannot be resolved by the parties, may be referred by the parties hereto for mediation. A third party, neutral mediation service shall be selected, as agreed upon by the parties and the costs and expenses thereof shall be borne equally by the parties hereto. The parties agree to utilize their good faith efforts to resolve any such dispute or controversy so submitted to mediation. It is specifically understood and agreed by the parties hereto that mutual good faith efforts to resolve the same any dispute or controversy as provided herein, shall be a condition precedent to the institution of any action or proceeding, whether at law or in equity with respect to any such dispute or controversy. 26. Notices. Any notices, bills, invoices, or reports required by this Agreement shall be deemed received on (a) the day of delivery if delivered by hand during regular business hours or by facsimile before or during regular business hours; or (b) on the third business day following deposit in the United States mail, postage prepaid, to the addresses heretofore set forth in the Agreement, or to such other addresses as the parties may, from time to time, designate in writing pursuant to the provisions of this section. “CONSULTANT” “CITY” City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91765-4178 Attn.: Attn.: _______________ Phone: Phone: E-Mail: E-mail: 10 Professional Services - Design 1614063.1 28. Governing Law. This Agreement shall be interpreted, construed and enforced in accordance with the laws of the State of California. 29. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed to be the original, and all of which together shall constitute one and the same instrument. 30. Entire Agreement. This Agreement, and any other documents incorporated herein by reference, represent the entire and integrated agreement between Consultant and City. This Agreement supersedes all prior oral or written negotiations, representations or agreements. This Agreement may not be amended, nor any provision or breach hereof waived, except in a writing signed by the parties which expressly refers to this Agreement. Amendments on behalf of the City will only be valid if signed by a person duly authorized to do so under the City's Purchasing Ordinance. IN WITNESS of this Agreement, the parties have executed this Agreement as of the date first written above. "Consultant" "City" [Insert Full Name of Consultant] CITY OF DIAMOND BAR By: By: Printed Name: Dan Fox, City Manager Title: By: ATTEST: Printed Name: Title: Kristina Santana, City Clerk Approved as to form: By: Omar Sandoval, City Attorney *NOTE: If Consultant is a corporation, the City requires the following signature(s): -- (1) the Chairman of the Board, the President or a Vice-President, AND (2) the Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an Assistant Treasurer. If only one corporate officer exists or one corporate officer holds more than one corporate office, please so indicate. OR 11 Professional Services - Design 1614063.1 -- The corporate officer named in a corporate resolution as authorized to enter into this Agreement. A copy of the corporate resolution, certified by the Secretary close in time to the execution of the Agreement, must be provided to the City. ATTACHMENT 2 SITE EXHIBIT AND RECENT CONDITIONS ATTACHMENT 3 GEOTECHNICAL REPORT PREPARED BY NINYO & MOORE MARCH 8, 2024 Geotechnical Evaluation Diamond Bar Boulevard Damage Diamond Bar Boulevard at Mapache Drive Diamond Bar, California City of Diamond Bar 21810 Copley Drive | Diamond Bar, California 91765 March 8, 2024 | Project No. 211727002 Geotechnical | Environmental | Construction Inspection & Testing | Forensic Engineering & Expert Witness Geophysics | Engineering Geology | Laboratory Testing | Industrial Hygiene | Occupational Safety | Air Quality | GIS 475 Goddard, Suite 200 | Irvine, California 92618 | p. 949.753.7070 | www.ninyoandmoore.com Geotechnical Evaluation Diamond Bar Boulevard Damage Diamond Bar Boulevard at Mapache Drive Diamond Bar, California Mr. Nicholas Delgado City of Diamond Bar 21810 Copley Drive | Diamond Bar , California 91765 March 8, 2024 | Project No. 211727002 Michael Rogers, PG, CEG Principal Geologist Michael Putt, PG, CEG Principal Geologist Sam Guha, PhD, PE, GE Principal Engineer MER/MLP/SG/scs Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 i CONTENTS 1 INTRODUCTION 1 2 SCOPE OF SERVICES 1 3 SITE DESCRIPTION 2 4 SITE OBSERVATIONS 2 5 SUBSURFACE EVALUATION AND LABORATORY TESTING 3 6 GEOLOGIC AND SUBSURFACE CONDITIONS 3 6.1 Regional Geologic Setting 3 6.2 Site Development 4 6.3 Subsurface Conditions 4 6.3.1 Slough 5 6.3.2 Fill 5 6.3.3 Colluvium/Na tural Soil 5 6.4 Groundwater 5 7 CONCLUSIONS 5 8 RECOMMENDATIONS 6 8.1 Earthwork 7 8.1.1 Construction Plan Review and Pre -Construction Conference 7 8.1.2 Clearing and Site Preparation 7 8.1.3 Fill Material 7 8.1.4 Sidewalk Subgrade Preparation, Fill Placement and Compaction 8 8.2 CIDH Piles 8 8.2.1 Design Considerations for CIDH Piles 9 8.2.2 Construction Considerations for CIDH Piles 9 8.3 Sidewalk Construction 11 8.4 Corrosivity 11 8.5 Concrete 11 9 CONSTRUCTION OBSERVATION 12 10 LIMITATIONS 13 11 REFERENCES 14 Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 ii FIGURES 1 – Site Location 2 – Geotechnical Plan 3 – Regional Geology 4 – Cross Section A-A’ APPENDICES A – Boring & Test Pit Logs B – Laboratory Testing Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 1 1 INTRODUCTION In accordance with your request and authorization, we have performed a geotechnical evaluation of damage that occurred to the sidewalk along the northwest side of Diamond Bar Boulevard above the Mapache Drive cul-de-sac in the City of Diamond Bar, California (Figure 1). The purpose of this study was to evaluate the soil and geologic conditions at the site and to provide geotechnical design recommendations for mitigating the damage to the city improvements. This report presents our findings, conclusions, and recommendations. 2 SCOPE OF SERVICES Our scope of services included the following: • Initial reconnaissance of the site and damage conducted with the City of Diamond Bar personnel on August 18, 2023. • Review of background data for the site, including topographic and geologic maps, seismic hazard references, published geotechnical literature, and historical aerial photographs. • Analysis of the original geotechnical plan and details associated with development of residential tract below Diamond Bar Boulevard provided by the City of Diamond Bar. • Site reconnaissance on November 14, 2023, to evaluate the site conditions and mark the proposed boring and test pit locations for utility clearance with Underground Service Alert. • Subsurface exploration on November 29, 2023, consisting of drilling one 3-inch diameter boring with a hand auger to a depth of approximately 16.5 feet in the sidewalk area of Diamond Bar Boulevard. The subsurface exploration also included excavation of two hand - dug test pits on the rear slope of 21221 Mapache Drive descending from Diamond Bar Boulevard. The boring and test pits were logged by representatives from our firm, and bulk and relatively undisturbed soil samples were collected at selected depths for laboratory testing. • Laboratory testing of selected samples to evaluate in-place moisture content and dry density, Atterberg limits, consolidation characteristics, direct shear strength, and soil corrosivity. • Data compilation and engineering analysis of the information obtained from our background review, subsurface evaluation, and laboratory testing. Our analysis included preparation of a geologic cross section to delineate the subsurface conditions. • Evaluation of repair concepts and discussion with the City of Diamond Bar representatives. • Preparation of this geotechnical report presenting our findings, conclusions, and geotechnical design and construction recommendations to mitigate the damage that occurred to the city improvements at the subject site. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 2 3 SITE DESCRIPTION The damaged sidewalk is located along the northwest side of Diamond Bar Boulevard southeast of the Mapache Drive cul-de-sac (Figure 2). At this location, Diamond Bar Boulevard is situated approximately 25 to 30 feet above the single-family residential properties on Mapache Drive. The Diamond Bar Boulevard right-of-way is approximately 100 feet wide and consists of two northeast- bound and two southwest-bound lanes divided by an approximately 15-foot-wide landscaped median. The roadway includes bicycle lanes and a sidewalk on both sides. The sidewalk along the northwest side of the boulevard is approximately 8 feet wide. An approximately 5 to 6-foot-high concrete masonry unit (CMU) block wall is located along the edge of the sidewalk on the northwest side of Diamond Bar Boulevard. We have been informed that the wall is owned by the private residential tract adjacent to the city right-of-way. An approximately 25 to 30-foot-high slope descends below the sidewalk and CMU wall to the private residence at 21221 Mapache Drive (Figure 2). The slope is inclined at a slope ratio of approximately 1.5:1 (horizontal to vertical). The slope is covered with a moderate growth of grass. 4 SITE OBSERVATIONS The observed damage to the improvements on the northwest side of Diamond Bar Boulevard consists of settlement, cracking and deflection of a section of sidewalk and curb encompassing an area approximately 70 feet long, as illustrated on Figure 2. The sidewalk panels in the affected area were observed to be deflected and tilted toward the descending slope up to approximately 7 degrees from horizontal. Sidewalk panels were offset up to approximately 3 inches across cracks and across the joint between the sidewalk and curb. The sidewalk showed indications of recent ongoing offset (down-drop) between our site visits on August 18 and November 28, 2023. The CMU block wall adjacent to the sidewalk showed indications of settlement and deflection in the downslope direction. There is a visible sag in the wall alignment around the middle of the damaged area up to approximately 2 degrees from horizontal. Sections of the wall adjacent to the damaged sidewalk area had been re-built in the past, as indicated by variations in the block and stair-stepped pattern of block repair. A perpendicular portion of the CMU wall for a tree well that extends further toward the descending slope was observed to be separated approximately 8 inches and tilted approximately 82 degrees toward the descending slope. Ground fissures up to 2 inches wide were observed on the descending slope below the damaged sidewalk area. The ground fissures are tension cracks that are indicative of sloughing and slumping of the surficial soils on the slope. Growth of phreatophyte grass was observed at the toe Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 3 of slope on the property at 21221 Mapache Drive. The owner of the property reported that groundwater seepage is observed along the toe of the slope (and adjacent neighbors’ slopes) during the rainy season. Groundwater was observed in our test pit excavated at the base of the slope. 5 SUBSURFACE EVALUATION AND LABORATORY TESTING Subsurface exploration was conducted at the site on November 29, 2023. The exploration consisted of the drilling, logging, and sampling of one 3-inch-diameter boring (boring B-1) within the affected sidewalk area. The concrete sidewalk was cored with a coring machine and the soil boring was performed with a hand auger. The boring was advanced to a depth of approximately 16.5 feet. Our exploration also included the excavation, logging and sampling of two exploratory test pits on the slope of 21221 Mapache Drive below the damaged sidewalk area. The test pits (TP-1 and TP-2) were excavated with hand tools to depths of approximately 5.0 and 4.5 feet, respectively. The boring and test pits were logged by representatives from our firm. Bulk and relatively undisturbed soil samples were collected from the boring and test pits for laboratory testing. The approximate locations of the boring and test pits are shown on Figure 2. Logs of the exploratory boring and test pits are presented in Appendix A. Laboratory testing of representative soil samples included tests to evaluate in -place moisture content and dry density, Atterberg limits, consolidation characteristics, direct shear strength, and soil corrosivity. The results of the in-situ moisture content and dry density are presented on the boring and test pit logs in Appendix A. The remaining laboratory test results are presented in Appendix B. 6 GEOLOGIC AND SUBSURFACE CONDITIONS 6.1 Regional Geologic Setting The site is located within the Northeastern block of the Los Angeles Basin in the Transverse Ranges geomorphic province of southern California (Norris and Webb, 1990). This structural geologic block is bounded by the Whittier fault zone to the southwest and Chino-Central Avenue fault to the east. The Puente Hills and Chino Hills extend eastward across the province north of the Whittier fault zone. Diamond Bar is situated at the eastern end of the Puente Hills. This area of the Puente Hills is underlain by Tertiary period Monterey formation, a sedimentary rock formation generally consisting of alternating sandstone and shale units. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 4 Regional geologic maps indicate that the project site on Diamond Bar Boulevard is underlain by the Soquel Sandstone member of the Monterey formation (Figure 3). This unit is described as a bedded sandstone that is locally coarse and pebbly and includes minor silty clay shale (Dibblee and Ehrenspeck, 2001). The regional bedding structure in the vicinity of the site generally consists of a northeasterly trending strike and northwesterly dip of 10 to 15 degrees (Figure 3). The nearest active fault to the site is the Whittier fault (Elsinore fault zone) located approximately 2.5 miles to the southwest [United States Geological Survey (USGS), 2024]. The site is not located in a State of California Seismic Hazard Zone for liquefaction or earthquake -induced landslide potential (CGS, 2005b). 6.2 Site Development Based on review of background documents and historical aerial photographs, Diamond Bar Boulevard was constructed in the early 1960s. Geologic mapping conducted for the development of Diamond Bar Boulevard at the subject site indicated that shale beds along the alignment had a northwesterly trending strike and were dipping between 14 and 18 degrees to the northwest (Merriam, R., 1961). This bedding orientation presented an adverse “out-of-slope” bedding condition for the construction of the slope between Diamond Bar Boulevard and the residential tract below (to the northwest). As such, it is our understanding that a buttress fill was designed to support the northwesterly descending slope below Diamond Bar Boulevard. Details of the buttress fill design indicate that a Type “2” buttress fill was designed for the slope at the subject site location. The Type 2 buttress detail included construction of a 1.5:1 compacted fill slope with a keyway 22 feet wide and 3 feet deep at the toe of the slope. Subdrains were shown on the buttress details to provide an outlet for groundwater that tends to accumulate at the contact between the fill and the native soil or bedrock. The Type 2 detail showed that the fill at the top of the buttress extends approximately 12 feet back from the top of slope and under the sidewalk area of Diamond Bar Boulevard (Donald R. Warren Co., 1962). The original pre-development topography shown on the 1961 geologic map indicates that the damaged area of Diamond Bar Boulevard was constructed at the location of a previous natural drainage gulley. Fill soil placed for the buttress within this area may be deeper than shown on the design plans. Our interpretation of the subsurface geology and the general configuration of the buttress fill are shown on our Cross Section A-A’ (Figure 4). 6.3 Subsurface Conditions The materials encountered during our subsurface exploration at the site include the concrete sidewalk, slough, fill, and colluvium/natural soil to the total explored depths of up to approximately Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 5 16.5 feet. Generalized descriptions of the materials encountered during our subsurface exploration are presented below. Detailed descriptions are presented in the boring and test pit logs in Appendix A. Our interpretation of the subsurface conditions is shown on Cross Section A-A’ (Figure 4). 6.3.1 Slough Slough was encountered in exploratory test pit TP-1 at the top of the descending slope below Diamond Bar Boulevard to a depth of approximately 1 foot. The slough generally consisted of dry, soft, sandy lean clay with rock fragments. 6.3.2 Fill Fill soils were encountered in each of our exploratory excavations, boring B-1 and test pits TP-1 and TP-2. Fill was encountered to a depth of approximately 11.5 feet in boring B-1 and to the total explored depths of approximately 4.5 and 5.0 feet in test pits TP-1 and TP-2, respectively. The fill generally consisted of moist, medium dense clayey sand, and moist, firm to stiff sandy lean clay. 6.3.3 Colluvium/Natural Soil Undifferentiated colluvial or natural soil materials were encountered beneath the fill (below 11.5 feet) in boring B-1 to the total explored depth of approximately 16.5 feet. The colluvium consisted moist, soft to stiff lean clay. 6.4 Groundwater Groundwater was encountered in test pit TP-2 at the toe of the slope descending from Diamond Bar Boulevard at a depth of approximately 4 feet below the ground surface. Groundwater and/or seepage were not encountered in our exploratory boring on the sidewalk of Diamond Bar Boulevard. Fluctuations in the level of groundwater at the site will occur due to variations in ground surface topography, rainfall, subsurface stratification, irrigation practices, and other factors which may not have been evident at the time of our evaluation. 7 CONCLUSIONS Our evaluation of the damaged sidewalk area on Diamond Bar Boulevard ha s included review of geologic background data, including topographic and geologic maps, historical aerial photographs, and documents pertaining to the site development. We observed the geologic conditions of the sidewalk area and adjacent descending slope, conducted subsurface exploration and performed laboratory testing. Based on our geotechnical evaluation, it is our opinion that the sidewalk along Diamond Bar Boulevard has been affected by movement of the underlying fine- Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 6 grained fill and colluvial soil associated with lateral downslope movement (i.e., slope creep/lateral fill extension) of the adjacent fill slope. The slope creep has also caused separation, tilting and settlement of the CMU block wall on the private property adjacent to the sidewalk. Tension cracks and ground fissures indicative of surficial slope movement were also observed on the descending slope below the damaged sidewalk. In our opinion, poor subsurface drainage conditions of the fill buttress on the adjacent slope have exacerbated the slope creep mechanism. We did not find functioning subdrain outlets for the buttress slope during our site reconnaissance. Owners of the properties along the base of the buttress fill have reported noticing groundwater seepage along the toe of the slope. We observed phreatophytes growing at the base of the slope at 21221 Mapache Drive during our site investigation, which suggests a persistent presence of water. We also observed perched groundwater in our exploratory test pit TP-2 at the toe of the buttress slope. These factors are indications that the fill slope is not well drained. The private property owners or homeowner’s association should consider maintaining the subdrainage of the slope, and/or install additional subdrains to mitigate the poor drainage conditions. In order to mitigate future movement of the subgrade soils affecting the City improvements, we recommend installation of a pile-supported retaining system consisting of a row of cast-in-drilled- hole (CIDH) reinforced concrete piles along the outer edge of the sidewalk at the top of the descending slope. The sidewalk and adjacent CMU wall should be removed to a llow access for the installation of the piles and for re-building of the damaged improvements afterwards. The drilled piles should be connected at the top with a grade beam to act as one structural unit. The reconstructed block wall can be placed on the grade beam for foundation support. The proposed repairs are intended to mitigate the damage to the improvements on the City of Diamond Bar property. The CIDH piles will not mitigate the long -term effects of slope creep or other problems on the adjacent private property. Ongoing movement of the slope is anticipated. The implemented repairs recommended in this report are not anticipated to have an adverse effect on the adjacent slope or the subsurface drainage regime in the buttress fill. 8 RECOMMENDATIONS The recommendations presented in the following sections provide general geotechnical criteria for repair of the damaged sidewalk on Diamond Bar Boulevard. The recommendations are based on the results of our subsurface evaluation, laboratory testing, review of referenced geologic materials, experience in the general vicinity of the project area, and geotechnical analyses. The proposed work should be performed in conformance with the recommendations presented in this Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 7 report, project specifications, and appropriate agency standards. When construction drawings for the sidewalk repair have been prepared, they should be provided to Ninyo & Moore for review to evaluate if they have been prepared in accordance with the recommendations in this report. 8.1 Earthwork Earthwork at the site is anticipated to consist of demolition of the existing sidewalk and CMU wall within the area of damage, drilling for CIDH piles and grade beam, and compaction of new engineered fill for the sidewalk. Recommendations pertaining to earthwork at the site are provided in the following sections 8.1.1 Construction Plan Review and Pre-Construction Conference We recommend that the construction plans be submitted to Ninyo & Moore for review to evaluate conformance to the geotechnical recommendations provided in this report. We further recommend that a pre-construction conference be held in order to discuss the recommendations presented in this report. The owner and/or their representative, the governing agencies’ representatives, the civil engineer, Ninyo & Moore, and the contractor should be in attendance to discuss the work plan, project schedule, and earthwork requirements. 8.1.2 Clearing and Site Preparation Prior to excavation and fill placement, the site should be cleared of existing site improvements, pavements, surface obstructions, and abandoned utilities. The site should be stripped of rubble, debris, and vegetation, as well as surface soils containing organic materials. Existing utilities to remain in place (if any) should be located a nd protected from damage by construction activities. Obstructions that extend below the finish grade, if any, should be removed and the resulting holes filled with compacted soil. The materials generated from the clearing operations should be removed from the site and disposed of at a legal dump site. 8.1.3 Fill Material In general, the on-site soils should be suitable for use as compacted fill, provided they are free of construction/demolition debris, trash, roots, vegetation, deleterious materials, and contamination. Fill should generally be free of rocks or lumps of material in excess of 4 inches in diameter. Rocks or hard lumps larger than approximately 4 inches in diameter should be broken into smaller pieces or should be removed from the site. Also, on-site soil used as fill will involve moisture-conditioning to achieve appropriate moisture content for compaction. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 8 Import material should consist of clean, non-expansive, granular material, which conforms to the “Greenbook” for structure backfill. The soil should also be tested for corrosive properties prior to importing. We recommend that the imported materials satisfy the Caltrans (2021) criteria for non-corrosive soils (i.e., soils having a chloride concentration of less than 500 parts per million [ppm], a soluble sulfate content of less than approximately 0.15 percent (1,500 ppm), a pH value of more than 5.5, or an electrical resistivity of more than 1,500 ohm-centimeters). Materials for use as fill should be evaluated by Ninyo & Moore prior to importing. The contractor should be responsible for the uniformity of import material brought to the site. 8.1.4 Sidewalk Subgrade Preparation, Fill Placement and Compaction The subgrade for the new sidewalks should be prepared by scarifying the upper approximately 8 inches of exposed subgrade, moisture-conditioning to slightly over optimum moisture content and compacting to 90 percent relative compaction as evaluated by ASTM D 1557. Additional overexcavation may be appropriate depending on the material s exposed during construction. We anticipate that some fill placement may be needed following demolition of the damaged portions of the existing top-of-slope wall and foundation. Fill should be compacted in horizontal lifts to a relative compaction of 90 percent or more as evaluated by ASTM D 1557. The lift thickness for fill soils will vary depending on the type of compaction equipment used but should generally be placed in horizontal lifts not exceeding 8 inches in loose thickness. Fill soils should be placed at slightly above the optimum moisture content as evaluated by ASTM D 1557. Fill placed on sloping ground should be benched into the slope to remove slough/soft fill to expose relatively firm and unyielding fill . Special care should be taken to avoid damage to utility lines and foundations when compacting fill and subgrade materials. Placement and compaction of the fill soils should be in general accordance with the appropriate governing agencies and good construction practices. 8.2 CIDH Piles As previously discussed, we recommend installing a row of CIDH reinforced concrete piles (i.e., drilled piers) along the outer edge of the sidewalk at the top of the descending slope. The piers should be drilled in place and should extend to a depth of approximately 10 feet into the Monterey formation bedrock or 30 feet below the finished subgrade of the sidewalk, whichever is deeper. We did not encounter bedrock in our boring B-1 up to the explored depth of 16.5 feet. However, Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 9 based on our review of available geologic maps and grading plans, we anticipate that bedrock will likely be encountered within 20 feet of the ground surface in the area of the damaged sidewalk. 8.2.1 Design Considerations for CIDH Piles The key design parameters and considerations for the drilled piers are presented below: • The piers should be 24 inches or more in diameter. The final depth and spacing of the piers should be evaluated by the project structural engineer based on the estimated total service (dead and live) and lateral loads. The piers should be installed at a center-to- center spacing of no less than three diameters. • The piers should be connected at the top with a reinforced concrete grade beam. The grade beam should be, at a minimum, 24 inches wide (i.e., no less than the diameter of the piers) and 24 inches or more deep. • For the portion of the grade beam resting on the buttress fill between the adjacent piers, a net allowable bearing capacity of 1,500 pounds per square foot (psf) may be used in design. This allowable bearing capacity may be increased by one-third when considering loads of short duration such as wind or seismic forces. • Based on the guidelines provided by City of Los Angeles Department of Building and Safety (LADBS, 2014) and our evaluation, a uniform creep-related lateral load of 1,000 psf up to a depth of 20 feet should be assumed to be acting on each of the piers. • Lateral resistance should be ignored for the portion of the pier above bedrock. A passive resistance increasing at a rate of 750 psf per foot of depth may be used to evaluate the lateral resistance for the portion of the pier embedded in bedrock. The passive resistance may be considered to act over an area with a width of two times the pier diameter. • The pier and grade beam details should be included in the project plans. The project plans should be signed and stamped by a professional engineer registered in the state of California. Ninyo & Moore should be given the opportunity to review the project plans to check its compliance with design and construction recommendations presented herein. 8.2.2 Construction Considerations for CIDH Piles The pier drilling contractor should mobilize equipment of sufficient size and operating capability to achieve the design embedment length. The excavation technique chosen by the contractor should not adversely affect the quality or strength of the pier side or end bearing materials. If refusal is encountered in these materials during actual installation, Ninyo & Moore should be retained to evaluate the subsurface condition to establish that refusal has been met with adequate drilling equipment. It is anticipated that some of the soils at the site may be subject to caving and heaving. Depending on the depth of the pier and the time of drilling, groundwater may be encountered during drilling and the contractor should be prepared to advance the pier under such Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 10 conditions. Casing may be needed in the drilled hole to keep the hole from caving and to reduce water infiltration into the hole. While placing concrete, the casing should be withdrawn gradually. The concrete should be placed in the annular space between the steel reinforcing cage and the drilled-hole surface using the tremie method. Concrete utilized in the pier should be a fluid mix with sufficient slump so that it will fill the void between the steel reinforcing cage and the drilled-hole wall. The contractor should take care to reduce enlargement of the excavation at the tops of the pier, which could result in mushrooming of the pier top. The pier hole should be cleaned prior to placement of concrete. Care should be taken to check that the soils at the pier bottom have not been disturbed. The successful advancement of the drilled hole for the construction of pier will depend largely on the suitability of the drilling equipment and the skill of the operator. The drilled foundation contractor should make an effort to reduce the time during which the excavation remains open. The contractor should schedule the sequence of operations so that the excavation can be finished, the steel reinforcing cage placed, and the concrete placed within the same work day. The pier excavation should not be left open overnight. In case of delay in placing concrete within the drilled hole due to equipment breakdown or other unforeseen circumstances, casing may be used to maintain the integrity of the hole. While placing concrete, the casing should be withdrawn gradually. The pier installation should be observed by Ninyo & Moore to check that, among other things: 1) subsurface conditions are as anticipated, 2) the pier is constructed to the specified size and length, 3) the pier bottom is clean and competent, 4) the pier is within allowable tolerances for plumbness, and 5) reinforcements are placed per project specifications. These items are fundamental to the installation and behavior of the pier. Furthermore, we recommend the following for the installation of the pier: • The clear spacing between the steel reinforcing cage and the drilled-hole surface should be three times the maximum size of the coarse aggregate used in the concrete. • Centralizers should be installed to keep the steel reinforcing cage positioned per project specifications. • If casing is used, a sufficient head of concrete that fills the casing should be used before pulling the casing. • The drilled-hole excavation and cleaning should be observed prior to placement of reinforcing steel or concrete. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 11 Materials testing and inspection services should be performed, including testing of concrete compressive strength and steel tensile strength tests. 8.3 Sidewalk Construction The replacement sidewalk may be supported on compacted on-site soils provided the soils are moisture-conditioned as indicated in the section above. We recommend that the new concrete sidewalk have a thickness of 4 inches. The sidewalk should be underlain by 4 inches of clean sand and installed with crack-control joints at an appropriate spacing as designed by the structural engineer to reduce the potential for shrinkage cracking. Positive drainage should be established and maintained adjacent to the sidewalk. Drainage should be directed toward the street and not over the face of the adjacent descending slope. To help mitigate expansive soil movement we recommend dowels be placed between the new and existing sections of sidewalk and curb. 8.4 Corrosivity Laboratory testing was performed on a representative soil sample to evaluate pH, electrical resistivity, water-soluble sulfate content, and chloride content. The soil pH and electrical resistivity tests were performed in general accordance with California Test Method (CT) 643. Sulfate content testing was performed in general accordance with CT 417. Chloride content testing was performed in general accordance with CT 422. The laboratory test results are presented in Appendix B. The results of our corrosivity testing indicated a pH level of approximately 8.8, an electrical resistivity of approximately 1,402 ohm-centimeters, a sulfate content of approximately 40 ppm (0.004 percent), and a chloride content of approximately 50 ppm, and Based on the laboratory test results and Caltrans criteria (2021), the project site may be classified as a corrosive site, which is defined as having earth materials with a pH of less than 5.5, an electrical resistivity of less than 1,500 ohm-centimeters, chloride concentration of more than 500 ppm, and more than 0.15 percent sulfates (i.e., 1,500 ppm). 8.5 Concrete Concrete in contact with soil or water that contains high concentrations of water -soluble sulfates can be subject to premature chemical and/or physical deterioration. The potential for sulfate attack is negligible for water-soluble sulfate contents in soil ranging from 0.00 to 0.10 percent by weight, moderate for water-soluble sulfate contents ranging from 0.10 to 0.20 percent by weight, se vere for water-soluble sulfate contents ranging from 0.20 to 2.00 percent by weight, and very severe for water-soluble sulfate contents over 2.00 percent by weight. The soil sample tested for this evaluation, using Caltrans Test Method 417, indicate a wate r-soluble sulfate content of Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 12 approximately 0.004 percent by weight (i.e., 40 ppm). Accordingly, the on-site soils are considered to have a negligible potential for sulfate attack and Type II cement may be appropriate. However, due to the potential variability of the on-site soils, consideration should be given to using Type II/V cement for the project. In order to reduce the potential for shrinkage cracks in the concrete during curing, we recommend that the concrete for the proposed improvements, if applicable, be placed with a slump of 4 inches based on ASTM C 143. The slump should be checked periodically at the site prior to concrete placement. We further recommend that concrete cover over reinforcing steel for the piles and grade beams be provided in accordance with the 2022 California Building Code (CBC) guidelines. The structural engineer should be consulted for additional concrete specifications. 9 CONSTRUCTION OBSERVATION The recommendations provided in this report are based on our understanding of the proposed project and our evaluation of the data collected based on subsurface conditions disclosed by widely spaced exploratory excavations. It is imperative that the interpolated subsurface conditions be checked by our representative during construction. Observation of the CIDH pile construction should also be performed by our representative during construction. During construction, we recommend that the duties of the geotec hnical consultant include, but not be limited to: • Observing site clearing, grubbing, and removals. • Observing sidewalk subgrade preparation and the placement and compaction of fill. • Evaluating imported materials prior to their use as fill. • Performing field tests to evaluate fill compaction. • Field Concrete Deputy Inspection services for inspection of rebar cages and for inspection during concrete placement. • Observing drilling of CIDH piles, checking on pile diameter and depth, and cleaning of pile bottom prior to placement of rebar cages. • Field ACI Technician services for sampling and testing during concrete placement, including checking slump, temperature and air content, as well as casting of concrete cylinders. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 13 10 LIMITATIONS The field evaluation, laboratory testing, and geotechnical analyses presented in this geotechnical report have been conducted in general accordance with current practice and the standard of care exercised by geotechnical consultants performing similar tasks in the project area. No warranty, expressed or implied, is made regarding the conclusions, recommendations, and opinions presented in this report. There is no evaluation detailed enough to reveal every subsurface condition. Variations may exist and conditions not observed or described in this report may be encountered during construction. Uncertainties relative to subsurface conditions can be reduced through additional subsurface exploration. Additional subsurface evaluation will be performed upon request. This document is intended to be used only in its entirety. No portion of the document, by itself, is designed to completely represent any aspect of the project described herein. Ninyo & Moore should be contacted if the reader requires additional information or has questions r egarding the content, interpretations presented, or completeness of this document. This report is intended for design purposes only. It does not provide sufficient data to prepare an accurate bid by contractors. It is suggested that the bidders and their g eotechnical consultant perform an independent evaluation of the subsurface conditions in the project areas. The independent evaluations may include, but not be limited to, review of other geotechnical reports prepared for the adjacent areas, site reconnaissance, and additional exploration and laboratory testing. Our conclusions, recommendations, and opinions are based on an analysis of the observed site conditions. If geotechnical conditions different from those described in this report are encountered, our office should be notified, and additional recommendations, if warranted, will be provided upon request. It should be understood that the conditions of a site could change with time as a result of natural processes or the activities of man at the subject site or nearby sites. In addition, changes to the applicable laws, regulations, codes, and standards of practice may occur due to government action or the broadening of knowledge. The findings of this report may, therefore, be invalidated over time, in part or in whole, by changes over which Ninyo & Moore has no control. This report is intended exclusively for use by the client. Any use or reuse of the findings, conclusions, and/or recommendations of this report by parties other than the client is undertaken at said parties’ sole risk. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 14 11 REFERENCES American Concrete Institute, 2014, Building Code Requirements for Structural Concrete (ACI 318-14) and Commentary (ACI 318R-14). American Society of Civil Engineers (ASCE), 2010, Minimum Design Loads for Building and other Structures, Standard 7-10. Bowles, J.E., 1996, Foundation Analysis and Design, Fifth Edition, The McGraw-Hill Companies, Inc. California Building Standards Commission, 2022, California Building Code: California Code of Regulations, Title 24, Part 2, Volumes 1 and 2, based on the 2021 International Building Code. California Department of Transportation, 2021, Corrosion Guidelines, Version 3.0, Division Engineering Services, Materials Engineering and Testing Services, Corrosion Technology Branch, Version 3.2, dated May. California Geological Survey (CGS), 2005a, Seismic Hazard Zone Report, Yorba Linda 7.5-Minute Quadrangle, Los Angeles, Orange and San Bernardino Counties. California Geological Survey (CGS), 2005b, Seismic Hazard Zones Official Map, Yorba Linda Quadrangle, 7.5-Minute Series: Scale 1:24,000, dated August 11. City of Los Angeles Department of Building and Safety (LADBS), 2014, Information Bulletin P/BC 2014-050, Construction Upon Slopes Steeper Than Two Horizontal to One Vertical, Dated January 1. Dibblee, T.W., Ehrenspeck, H.E., 2001, Geologic Map of the Yorba Linda and Prado Dam Quadrangles (eastern Puente Hills), Los Angeles, Orange, San Bernardino and Riverside Counties, California., Dibblee Foundation Map DF-75, Scale 1:24,000. Donald R. Warren Co., 1962, Tract 25991 Buttress Fill, Los Angeles County, California, dated October 31. Google Earth, 2024, http://earth.google.com. Historic Aerials, 2024, https://www.historicaerials.com, accessed January 24. Merriam, R., 1961, Geology, Tentative Map Tract No. 25991, Los Angeles County, dated February 10. Morton, D.M., Miller, F.K., 2006, Geologic Map of the San Bernardino and Santa Ana 30’ x 60’ quadrangles, California, Version 1.0, United States Geological Survey, Scale: 1:100,000. Ninyo & Moore, 2023, Proposal for Geotechnical Consulting Services, Diamond Bar Boulevard Distress Evaluation, City of Diamond Bar, California, dated September 12. Norris, R.M. and Webb, R.W., 1990, Geology of California: John Wiley & Sons. United States Geological Survey, 2022, Yorba Linda Quadrangles, California, 7.5 Minute Series: Scale 1:24,000. United States Geological Survey and California Geological Survey (USGS/CGS), 2024, Quaternary Fault and Fold Database for the United States, acce ssed January 24, 2024, https://www.usgs.gov/natural-hazards/earthquake-hazards/faults. Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 FIGURES SITE Geotechnical & Environmental Sciences Consultants SITE LOCATION FIGURE 1 NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. I REFERENCE: USGS, 2022. 0 FEET 2,000 4,000 DIAMOND BAR BOULEVARD DAMAGE DIAMOND BAR BOULEVARD AT MAPACHE PLACE DIAMOND BAR, CALIFORNIA 211727002 I 3/24 N 211727002.dwg_SL 02/12/2024 GK DIA M O N D B A R B O U L E V A R DMA P A C H E DR I V E 21221 TP-2 TD=4.5 TP-1 TD=5.0 B-1 TD=16.5 A A' Geotechnical & Environmental Sciences Consultants GEOTECHNICAL PLAN NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. I REFERENCE: GOOGLE EARTH, MAY 13, 2019. 0 FEET 50 100 DIAMOND BAR BOULEVARD DAMAGE DIAMOND BAR BOULEVARD AT MAPACHE PLACE DIAMOND BAR, CALIFORNIA 211727002 I 3/24 N FIGURE 2211727002.dwg_GP 02/12/2024 GKLEGEND TP-2 TD=4.5 BORING; TD=TOTAL DEPTH IN FEET TEST PIT; TD=TOTAL DEPTH IN FEET B-1 TD=16.5 A'A CROSS SECTION DAMAGED AREA SITE REGIONAL GEOLOGY 0 DIAMOND BAR BOULEVARD DAMAGE DIAMOND BAR BOULEVARD AT MAPACHE PLACE DIAMOND BAR, CALIFORNIA 211727002 I 3/24 OLDER ALLUVIUM LEGEND GEOLOGIC CONTACT NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. I REFERENCE: DIBBLEE, 2001. FEET 2,000 4,000 Qa Tm N 211727002.dwg_RG 02/12/2024 GKGeotechnical & Environmental Sciences Consultants Tmss FIGURE 3 MONTEREY FORMATION; UNASSIGNED SHALE MONTEREY FORMATION; SOQUEL SANDSTONE MEMBER Tmlv MONTEREY FORMATION; LA VIDA SHALE MEMBER 700ELEVATION (FEET)690 A 720 740 760 700 690 720 740 760 ELEVATION (FEET)A' TP-2 TD=4.5 TP-1 TD=5.0 B-1 TD=16.5 N 43° W 21221 MAPACHE DRIVE DIAMOND BAR BOULEVARD PL PRE-GRADING (1960) TOPOGRAPHY CMU BLOCK WALL PERCHED GROUNDWATER OBSERVED 11/29/23 FILL MONTEREY FORMATION SANDSTONE COLLUVIUM/NATURAL SOIL ?? ?? SUBDRAIN SUBDRAIN ? ? ? SIDEWALK APPARENT DIP OF BEDDING SLOUGH Geotechnical & Environmental Sciences Consultants CROSS SECTION A-A' NOTE: DIMENSIONS, DIRECTIONS AND LOCATIONS ARE APPROXIMATE. 0 FEET 20 400 DIAMOND BAR BOULEVARD DAMAGE DIAMOND BAR BOULEVARD AT MAPACHE PLACE DIAMOND BAR, CALIFORNIA 211727002 I 3/24 FIGURE 44_211727002.dwg_CS 02/12/2024 GKLEGEND ?GEOLOGIC CONTACT; QUERIED WHERE INFERRED GROUND SURFACE TP-2 TD=4.5 B-1 TD=16.5 PERCHED GROUNDWATER BORING; TD=TOTAL DEPTH IN FEET TEST PIT; TD=TOTAL DEPTH IN FEET SUBDRAIN LOCATION PER DONALD R. WARREN CO., 1962 SUBDRAIN WAS NOT OBSERVED DURING OUR SUBSURFACE EXPLORATION Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 APPENDIX A Boring & Test Pit Logs Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 APPENDIX A BORING & TEST PIT LOGS Field Procedure for the Collection of Disturbed Samples Disturbed soil samples were obtained in the field using the following method s. Bulk Samples Bulk samples of representative earth materials were obtained from the exploratory boring and test pits. The samples were bagged and transported to the laboratory for testing. Field Procedure for the Collection of Relatively Undisturbed Samples Relatively undisturbed soil samples were obtained in the field using the following method. The Split-Barrel Knocker Bar Sampler The sampler, with an external diameter of 3.0 inches, was lined with 1-inch long, thin brass rings with inside diameter of approximately 2.4 inches. The sampler was manually driven into the ground with a hammer weighing approximately 35 pounds. The samples were removed from the sampler barrel in the brass rings, sealed, and transported to the laboratory for testing. Soil Classification Chart Per ASTM D 2488 Primary Divisions Secondary Divisions Group Symbol Group Name COARSE- GRAINED SOILS more than 50% retained on No. 200 sieve GRAVEL more than 50% of coarse fraction retained on No. 4 sieve CLEAN GRAVEL less than 5% fines GW well-graded GRAVEL GP poorly graded GRAVEL GRAVEL with DUAL CLASSIFICATIONS 5% to 12% fines GW-GM well-graded GRAVEL with silt GP-GM poorly graded GRAVEL with silt GW-GC well-graded GRAVEL with clay GP-GC poorly graded GRAVEL with clay GRAVEL with FINES more than 12% fines GM silty GRAVEL GC clayey GRAVEL GC-GM silty, clayey GRAVEL SAND 50% or more of coarse fraction passes No. 4 sieve CLEAN SAND less than 5% fines SW well-graded SAND SP poorly graded SAND SAND with DUAL CLASSIFICATIONS 5% to 12% fines SW-SM well-graded SAND with silt SP-SM poorly graded SAND with silt SW-SC well-graded SAND with clay SP-SC poorly graded SAND with clay SAND with FINES more than 12% fines SM silty SAND SC clayey SAND SC-SM silty, clayey SAND FINE- GRAINED SOILS 50% or more passes No. 200 sieve SILT and CLAY liquid limit less than 50% INORGANIC CL lean CLAY ML SILT CL-ML silty CLAY ORGANIC OL (PI > 4)organic CLAY OL (PI < 4)organic SILT SILT and CLAY liquid limit 50% or more INORGANIC CH fat CLAY MH elastic SILT ORGANIC OH (plots on or above “A”-line)organic CLAY OH (plots below “A”-line)organic SILT Highly Organic Soils PT Peat USCS METHOD OF SOIL CLASSIFICATION Geotechnical & Environmental Sciences Consultants Apparent Density - Coarse-Grained Soil Apparent Density Spooling Cable or Cathead Automatic Trip Hammer SPT (blows/foot) Modified Split Barrel (blows/foot) SPT (blows/foot) Modified Split Barrel (blows/foot) Very Loose < 4 < 8 < 3 < 5 Loose 5 - 10 9 - 21 4 - 7 6 - 14 Medium Dense 11 - 30 22 - 63 8 - 20 15 - 42 Dense 31 - 50 64 - 105 21 - 33 43 - 70 Very Dense > 50 > 105 > 33 > 70 Consistency - Fine-Grained Soil Consis-tency Spooling Cable or Cathead Automatic Trip Hammer SPT (blows/foot) Modified Split Barrel (blows/foot) SPT (blows/foot) Modified Split Barrel (blows/foot) Very Soft < 2 < 3 < 1 < 2 Soft 2 - 4 3 - 5 1 - 3 2 - 3 Firm 5 - 8 6 - 10 4 - 5 4 - 6 Stiff 9 - 15 11 - 20 6 - 10 7 - 13 Very Stiff 16 - 30 21 - 39 11 - 20 14 - 26 Hard > 30 > 39 > 20 > 26 LIQUID LIMIT (LL), %PLASTICITY INDEX (PI), %0 10 107 4 20 30 40 50 60 70 0 20 30 40 50 60 70 80 90 100 MH or OH ML or OLCL - ML Plasticity Chart Grain Size Description Sieve Size Grain Size Approximate Size Boulders > 12”> 12”Larger than basketball-sized Cobbles 3 - 12”3 - 12”Fist-sized to basketball-sized Gravel Coarse 3/4 - 3”3/4 - 3”Thumb-sized to fist-sized Fine #4 - 3/4”0.19 - 0.75”Pea-sized to thumb-sized Sand Coarse #10 - #4 0.079 - 0.19”Rock-salt-sized to pea-sized Medium #40 - #10 0.017 - 0.079”Sugar-sized to rock-salt-sized Fine #200 - #40 0.0029 - 0.017” Flour-sized to sugar-sized Fines Passing #200 < 0.0029”Flour-sized and smaller CH or OH CL or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feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.BORING LOG EXPLANATION SHEET BORING LOG 20 0 10 20 30 40 17.8 20.0 21.4 21.8 96.9 105.1 98.1 104.6 SC CL CL CONCRETE: Approximately 4 inches thick. FILL: Yellowish brown, moist, medium dense, clayey SAND; trace gravel. Grayish brown, moist, firm to stiff, sandy lean CLAY. COLLUVIUM/NATURAL SOIL: Dark brown, moist, soft to firm, lean CLAY; iron oxidation streaks. Medium brown; stiff; calcium carbonate blebs. Total Depth = 16.5 feet. Groundwater was not encountered during drilling. Backfilled with native soil and patched with rapid-set concrete on 11/29/23. Notes: Groundwater, though not encountered at the time of drilling, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents. FIGURE A- 1 DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 |3/24DEPTH (feet)BulkSAMPLESDrivenBLOWS/FOOTMOISTURE (%)DRY DENSITY (PCF)SYMBOLCLASSIFICATIONU.S.C.S.DESCRIPTION/INTERPRETATION DATE DRILLED 11/29/23 BORING NO.B-1 GROUND ELEVATION 737' ± (MSL)SHEET 1 OF METHOD OF DRILLING 4" Hand Auger (Mike's Excavating Service) DRIVE WEIGHT 35 pounds DROP - SAMPLED BY RAF LOGGED BY RAF REVIEWED BY MER 1 0 Medium brown; increase in moisture. Total Depth = 5.0 feet. No caving. Groundwater was not encountered. Backfilled with on-site soils on 11/29/23. 12 FILL: Light brown, moist, stiff, sandy lean CLAY; mottled; rocky. Notes: Groundwater, though not encountered at the time of test pit excavation, may rise to a higher level due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents.9 28.9 86.9 5 11 10SCALE7 6 1 inch = 2 feet8 4 3 LOCATION:DRY DENSITY (PCF)2 1 CL METHOD OF EXCAVATION Hand Tools BulkDrivenUpper Slope Area - 21221 Mapache Drive DESCRIPTIONTEST PIT DIAGRAM CL SLOUGH: Light brown, dry, soft, sandy lean CLAY; rocky; mottled.CLASSIFICATIONU.S.C.S.DATE EXCAVATED 11/29/23 TEST PIT NO.:TP-1 GROUND ELEVATION 733' ± (MSL) LOGGED BY:MER Sand ConeDEPTH (FEET)SAMPLESMOISTURE (%)TEST PIT LOG DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 FIGURE A-2 Test Pit Outline Slough Fill 1.5:1 Slope 0 @ 4.0': Perched groundwater. Light brown to yellowish brown; wet; firm. Total Depth = 4.5 feet. No caving. Groundwater was encountered at approximately 4 feet. Backfilled with on-site soils on 11/29/23. 12SCALE1 inch = 2 feet11/29/23 GROUND ELEVATION 712' ± (MSL) DATE EXCAVATED METHOD OF EXCAVATION Hand Tools TEST PIT DIAGRAM CL 4 87.4 6 8 10 1 28.1 9 11 3 5 7 2 CLASSIFICATIONU.S.C.S. TEST PIT NO.: LOGGED BY: TP-2 RAF/MER LOCATION:Toe of Slope - 21221 Mapache Drive DESCRIPTION FILL: Light brown, moist, stiff, sandy lean CLAY; trace gravel, brick and shale fragments. Notes: Groundwater may rise to a level higher than that measured in test pit due to seasonal variations in precipitation and several other factors as discussed in the report. The ground elevation shown above is an estimation only. It is based on our interpretations of published maps and other documents reviewed for the purposes of this evaluation. It is not sufficiently accurate for preparing construction bids and design documents.DRY DENSITY (PCF)MOISTURE (%)DEPTH (FEET)SAMPLESSand ConeBulkDrivenTEST PIT LOG DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 FIGURE A-3 1.5:1 Slope Test Pit Outline Perched Groundwater Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 APPENDIX B Laboratory Testing Ninyo & Moore | Diamond Bar Boulevard Damage, Diamond Bar, California | 211727002 | March 8, 2024 APPENDIX B LABORATORY TESTING Classification Soils were visually and texturally classified in accordance with the Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. Soil classifications are indicated on the logs of the exploratory boring and test pits in Appendix A. In-Place Moisture and Density Tests The moisture content and dry density of relatively undisturbed samples obtained from the exploratory boring and test pits were evaluated in general accordance with ASTM D 2937. The test results are presented on the logs of the exploratory boring and test pits in Appendix A. Atterberg Limits Tests were performed on selected representative fine-grained soil samples to evaluate the liquid limit, plastic limit, and plasticity index in general accordance with ASTM D 4318. These test results were utilized to evaluate the soil classification in accordance with the USCS. The test results and classifications are shown on Figure B-1. Consolidation Tests Consolidation tests were performed on selected relatively undisturbed soil samples in general accordance with ASTM D 2435. The samples were inundated during testing to represent adverse field conditions. The percent of consolidation for each load cycle was recorded as a ratio of the amount of vertical compression to the original height of the sample. The results of the tests are summarized on Figures B-2 and B-3. Direct Shear Test Direct shear test was performed on a relatively undisturbed sample in general accordance with ASTM D 3080 to evaluate the shear strength characteristics of the selected material. The sample was inundated during shearing to represent adverse field conditions. The results are summarized on Figure B-4. Soil Corrosivity Tests Soil pH and minimum resistivity tests were performed on representative samples in general accordance with CT 643. The sulfate and chloride contents of the selected samples were evaluated in general accordance with CT 417 and 422, respectively. The results are summarized on Figure B-5. PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 4318 USCS (Fraction Finer Than 45 16B-1 B-1 12.0-13.0 No. 40 Sieve) PLASTICITY INDEX CLASSIFICATION 8.0-9.0 2541 USCS CL CL CL CL 29 16 SYMBOL LOCATION DEPTH (ft) LIQUID LIMIT PLASTIC LIMIT CH or OH CL or OL MH or OH ML or OLCL - ML 0 10 20 30 40 50 60 0 102030405060708090100PLASTICITY INDEX, PI LIQUID LIMIT, LL FIGURE B-1 ATTERBERG LIMITS TEST RESULTS DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 211727002 Fig B-1_ATTERBERG @ B-1 Seating Cycle Sample Location B-1 Loading Prior to Inundation Depth (ft) 6.0-7.0 Loading After Inundation Soil Type CL Rebound Cycle PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2435 -4.0 -3.0 -2.0 -1.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 0.1 1.0 10.0 100.0 CONSOLIDATION IN PERCENT OF SAMPLE THICKNESS (%) EXPANSION (%)STRESS IN KIPS PER SQUARE FOOT CONSOLIDATION TEST RESULTS DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 FIGURE B-2 211727002 Fig B-2_CONSOLIDATION @ B-1 6.0-7.0 Seating Cycle Sample Location B-1 Loading Prior to Inundation Depth (ft) 16.0-16.5 Loading After Inundation Soil Type CL Rebound Cycle PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 2435 -4.0 -3.0 -2.0 -1.0 0.0 1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 10.0 0.1 1.0 10.0 100.0 CONSOLIDATION IN PERCENT OF SAMPLE THICKNESS (%) EXPANSION (%)STRESS IN KIPS PER SQUARE FOOT CONSOLIDATION TEST RESULTS DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 FIGURE B-3 211727002 Fig B-3_CONSOLIDATION @ B-1 16.0-16.5 PERFORMED IN GENERAL ACCORDANCE WITH ASTM D 3080 CLAYEY SAND X Ultimate2.0-3.0B-1 Cohesion (psf) Friction Angle (degrees)Soil Type SC37 38 168 SC Description Symbol Sample Location 222 Depth (ft) Shear Strength 2.0-3.0CLAYEY SAND B-1 Peak 0 500 1000 1500 2000 2500 3000 3500 4000 0 500 1000 1500 2000 2500 3000 3500 4000SHEAR STRESS (PSF)NORMAL STRESS (PSF) FIGURE B-4 DIRECT SHEAR TEST RESULTS DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 211727002 Fig B-4_DIRECT SHEAR @ B-1 2.0-3.0 1 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 643 2 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 417 3 PERFORMED IN GENERAL ACCORDANCE WITH CALIFORNIA TEST METHOD 422 (ppm) (%) CHLORIDE CONTENT 3 (ppm) B-1 0.0-5.0 pH 1SAMPLE DEPTH (ft) SAMPLE LOCATION RESISTIVITY 1 (ohm-cm) 8.8 501,402 40 0.004 SULFATE CONTENT 2 CORROSIVITY TEST RESULTS DIAMOND BAR BLVD. DAMAGE DIAMOND BAR, CALIFORNIA 211727002 | 3/24 FIGURE B-5 211727002 Fig B-5_CORROSIVITY @ B-1 475 Goddard, Suite 200 | Irvine, Califo rnia 92618 | p. 949.753.7070 ARIZONA | CALIFORNIA | COLORADO | NEVADA | TEXAS | UTAH ninyoandmoore.com