Loading...
HomeMy WebLinkAboutVerdantas Inc - Leighton Consulting Inc; 2020-08-18; PSA21-1216CMIPSA21-1216CMI General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 5019-E This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Leighton Consulting, Inc., a California corporation ("Contractor") and the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), dated Aug. 18, 2020, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide materials testing services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated Sept. 29, 2020, (“proposal”), attached as Appendix "A" for the Valve Replacement Phase II, (the “Project"). The Project services shall include materials testing services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within four hundred thirteen (413) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $35,827.00. 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E October 20, 2020 PSA21-1216CMI General Counsel Approved Version 7/19/17 2 prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E PSA21-1216CMI General Counsel Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT MATERIALS TESTING SERVICES TASK GROUP TIME & MATERIALS Materials Testing $35,827.00 TOTAL (Not-to-Exceed) $35,827.00 CONTRACTOR Leighton Consulting, Inc. Leighton Consulting, Inc. (name of Contractor) (name of Contractor) *By: By: (sign here) (sign here) Joseph Dean, Secretary Thomas C. Benson, Jr., President & CEO (print name/title) (print name/title) (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column B Secretary, assistant secretary, CFO or Assistant treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ________________________________ Date: _________________________ Geoff Patnoe, Assistant Executive Manager as authorized by the Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Assistant General Counsel DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E October 20, 2020 September 29, 2020 Proposal No.: SD20-245 City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008 Attention: Mr. Valerie Airey, MPA, LEED AP Subject: Proposal for Geotechnical Observation and Testing Services CMWD Valve Replacement Phase II City of Carlsbad, California Project No. 50169-E Introduction In accordance with your request and our Carlsbad Municipal Water District (CMWD) As- Needed Material Testing Services Agreement (PSA21-1216CMI, August 18, 2020), Leighton Consulting, Inc. (Leighton) is pleased to submit this proposal and cost estimate to provide geotechnical observation and testing services for the Phase II Valve Replacement project in Carlsbad, California. In preparation of this proposal, we have reviewed the Contract Document, Construction Plans, Project No. 5019-E, dated May 2020. It should be noted, based on a limited review, that the contract document did not reference a soils report for the project. Site and Project Description In summary, the project consists of 20 locations with valve replacements. The locations of the work are primarily within the paved streets areas and vary across City of Carlsbad. The new valves (6- to 12-inch gate valves) will be installed using a conventional cut-and- cover method with excavation depths ranging from 4 to 6 feet below the existing pavement surface. 3934 Murphy Canyon Road, Suite B205 ■ San Diego, CA 92123-4425 858.569.6914 ■ Fax 858.292.0771 ■ www.leightongroup.com Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E SD20-245 2 It is anticipated that soil use for backfilling the valves and open trenches will be a pre- approved select imported material, and that native soil removed as part of the demolition/excavation will be disposed of offsite. The trenches asphalt pavement will be restored in accordance with CMWD Standard Drawings GS 24 – GS 28. At four (4) of the project locations, the existing pavement area surrounding the new valves will receive a 2- inch overlay. It is also anticipated that at least one location will require a repair of a curb and gutter section; however, concrete testing is not anticipated. Scope of Work We anticipate Leighton’s work will consist of full-time and part-time geotechnical field observation and testing services during the construction of new valve installation. The purpose of our services will be to document the trench backfill, asphalt pavement restoration and asphalt pavement overlay operations are performed in accordance with the project specifications. It is our understanding that this project is also subject California Prevailing Wage. The following is a summary of our scope of services: Pre-construction meeting: estimated up to 2 hours. Geotechnical observation and testing services: Trench Backfill and HMA Pavement restoration – Full and Part time basis: estimated up to 160 hours of regular time and potentially 8 hours of overtime. Observation and testing of the 2-inch asphalt overlay - Full time basis: estimated up to 32 hours of regular time. Laboratory testing: Maximum dry density and optimum moisture content (4 tests); Grain size distribution for soil classification (4 tests), Sand Equivalent (SE) (4 tests) and HMA - Max Den (Hveem) & Stabilometer Value & Gradation of Aggregate (4 tests each), etc. Project Management & Consultation: estimated up to 10 hours. Preparation of a final as-graded report of the grading operations presenting the results of our observation and testing services and summarizing our findings, and conclusions, along with the preparation of laboratory test result reports. Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E SD20-245 3 Estimated Cost and Schedule Our services for the project will be performed on a time-and-materials basis in accordance with our CMWD As-Needed Material Testing Services Agreement (PSA21-1216CMI, August 18, 2020, contract Fee Schedule attached as Exhibit "A"). The estimated fee for the anticipated services is approximately $35,827. A breakdown of the estimated fee presented in the attached Table 1. Should the assumptions discussed in this proposal be exceeded, any necessary work will be continued on a time-and-materials basis in accordance with the attached Contract Fee Schedule. We will provide daily field reports documenting the hours worked and activity performed to your field supervisor. Authorization If you are in agreement with the budget and scope indicated above, please provide a Task Order or PO based on our CMWD As-Needed Material Testing Services Agreement (PSA21-1216CMI, August 18, 2020), so that our accounting department can make the appropriate billing arrangements. We propose to bill these services using our existing As-Needed Material Testing Services Agreement and the associated fee schedule. Our services summarized above will be billed on a time-and-materials basis with a not to exceed the estimated cost above, without your written authorization. The entire Leighton team appreciates this opportunity to be of service. Should you have any questions regarding this scope or work, please contact us. Respectfully submitted, LEIGHTON CONSULTING, INC. William D. Olson, PE Mike Jensen, CEG Associate Geologist Associate Engineer Attachments: Table 1 – Estimated Fees for Field Observations and Materials Testing Contract Fee Schedule (PSA21-1216CMI) Distribution: Addressee (via email) Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E CMWD Valve Replacement Ph II B/F & AC Observation and Testing Proposal # SD20-245 TASK DESCRIPTION UNITS COST Pre-Construction Meeting/Project Set Up/Project Management Associate $203.00 / hour 4 $812.00 Senior Project Engineer $185.00 / hour 10 $1,850.00 SUBTOTAL $2,662.00 Field Observation, Testing and Sampling Field Soils/Material Tester (Prevailing Wage) Soil B/F & AC Patch at 20 location 8 hours per location $134.00 / hour 160 $21,440.00 Field Soils/Material Tester (Prevailing Wage) Overtime Estimate Limited $201.00 / OT /Hour 8 $1,608.00 Field Soils/Material Tester (Prevailing Wage) AC Grind & Overlay at 4 Locations, 8 hours each $134.00 / hour 32 $4,288.00 SUBTOTAL $27,336.00 AC and Concrete Testing Laboratory Testing $105.00 / each 2 $210.00 $245.00 / each 4 $980.00 $150.00 / each 2 $300.00 $130.00 / each 1 $130.00 $200.00 / each 4 $800.00 $265.00 / each 4 $1,060.00 $135.00 / each 2 $270.00 SUBTOTAL $3,750.00 As-Grade Report Associate $203.00 / hour 1 $203.00 Project Engineer $167.00 / hour 8 $1,336.00 GIS Specialist $126.00 / hour 2 $252.00 Project Administrator/Word Processor $72.00 / hour 4 $288.00 SUBTOTAL $2,079.00 TOTAL ESTIMATED COST $35,827.00 Extraction by ignition oven, percent asphalt (AASHTO T308/ASTM D6307/CTM 382) Theoretical maximum density and specific gravity of HMA (CTM 309/AASHTO T209) Maximum density - Hveem (CTM 308) Stabilometer, S-Value (ASTM D1560/CTM 366) Gradation of extracted aggregate (ASTM D5444/CTM 202) Sand Equivalent (SE, ASTM D2419/CTM 217) Modified Proctor compaction 6 inch mold (Method C ASTM D1557) RATE Leighton Consulting, Inc. Table 1 Estimated Fee for Field Observaiton and Materials Testing Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI 40#41P Exhibit "A" (continued) 11.9 CARLSBAD PROFESSIONAL FEE SCHEDULE Leighton CLASSIFICATION $/HR CLASSIFICATION $11-11R Technician I 78 Project Administrator/Word Processor/Dispatcher 72 Technician Ill Special Inspector 89 Information Specialist 99 Senior Technician / Senior Special Inspector 99 CAD Operator 113 Prevailing Wage (field soils / materials tester) * 134 GIS Specialist 126 Prevailing Wage (Special Inspector) * 134 GIS Analyst 149 Prevailing Wage (Source Inspector, NOT and soil remediation O&M)* 139 Staff Engineer / Geologist / Scientist 105 System Operation & Maintenance (O&M) Specialist 129 Senior Staff Engineer / Geologist! Scientist / ASMR 120 Non Destructive Testing (NDT) 139 Operations / Laboratory Manager 162 Deputy Inspector 99 Project Engineer / Geologist / Scientist 167 Field / Laboratory Supervisor 132 Senior Project Engineer / Geologist / Scientist / SMR 185 Source Inspector 122 Associate 203 City of Los Angeles Deputy Building (including Grading) Inspector 140 Principal 221 * See Prevailing Wages in Terms and Conditions GEOTECHNICAL LABORATORY TESTING METHOD $1TEST METHOD 5/TEST CLASSIFICATION & INDEX PROPERTIES Photograph of sample Moisture content (ASTM D2216) 10 20 California Bearing Ratio (CBR, ASTM 01883) —3 point - 3 point - 1 point R-Value (AASHTO T190/ASTM D2844/CTM 301) untreated 500 185 310 Moisture & density (ASTM D2937) ring samples 30 soils/aggregates Moisture & density (ASTM D2937) Shelby tube or cutting 40 R-Value (AASHTO T190/ASTM D2844/CTM 301) lime or cement 340 Atterberg limits (ASTM D4318) 3 points: 150 treated soils/aggregates - Single point, non-plastic 85 - Atterberg limits (organic ASTM D2487 / D4318) 180 SOIL CHEMISTRY & CORROSIVITY - Visual classification as non-plastic (ASTM D2488) 10 pH Method A (ASTM D4972 or CTM 643) 45 Particle size: Electrical resistivity — single point — as received moisture 45 - Sieve only 1Y2 inch to #200 (AASHTO T27/ASTM C136/ASTM D6913/CTM 2021 135 Minimum resistivity 3 moisture content points (ASTM G187/CTM 643) 90 - Large sieve 6 inch to #200 (AASHTO T27/ASTM C136/ASTM D6913/CTM 2021 175 pH + minimum resistivity (CTM 643) 130 - Hydrometer only (ASTM D7928) 110 Sulfate content - gravimetric (CTM 417 B Part 2) 70 - Sieve + hydrometer (3 inch sieve, ASTM 7928) 185 Sulfate content - by ion chromatograph (CTM 417 Part 2) 80 - Percent passing #200 sieve, wash only (ASTM D1140) 70 Sulfate screen (Hach®) 30 Specific gravity and absorption of fine aggregate (AASHTO 125 Chloride content (AASHTO T291/CTM 422) 70 T84/ASTM C128/ASTM D854/CTM 207) Chloride content — by ion chromatograph (AASHTO T291/CTM 422) 80 Specific gravity and absorption of coarse aggregate (AASHTO 100 Corrosion suite: minimum resistivity, sulfate, chloride, pH (CTM 643) 265 T85/ASTM C127/CTM 206) Organic matter content (ASTM D2974) 65 - Total porosity - on Shelby tube sample (calculated) - Total porosity - on other sample (calculated) 165 155 SHEAR STRENGTH Shrinkage limits (wax method, ASTM D4943) 126 Pocket penetrometer 15 Pinhole dispersion (ASTM D4647) 210 Direct shear (ASTM D3080, mod., 3 points): Dispersive characteristics (double hydrometer ASTM D4221) As-received moisture & density (chunk/carved samples) 90 60 Consolidated undrained - 0.05 inch/min (CU) Consolidated drained - <0.05 inch/min (CD) 285 345 Sand Equivalent (SE, AASHTO T176/ASTM D2419/CTM 217) 105 Residual shear EM 1110-2-1906-IM (price per each additional pass after shear) Remolding or hand trimming of specimens (3 points) 50 90 COMPACTION & PAVEMENT SUBGRADE TESTS Oriented or block hand trimming (per hour) 65 Standard Proctor compaction, (ASTM D698) 4 points: Single point shear 105 - 4 inch diameter mold (Methods A & B) 160 Torsional shear (ASTM D6467 / ASTM D7608) 820 - 6 inch diameter mold (Method C) 215 CONSOLIDATION & EXPANSION/SWELL TESTS Modified Proctor compaction (ASTM D1557) 4 points: - 4 inch diameter mold (Methods A & B) 220 Consolidation (ASTM 02435): 195 - 6 inch diameter mold (Method C) Check point (per point) Relative compaction of untreated/treated soils/aggregates (CTM 216) Relative density (0.1 ft mold, ASTM D4253, D4254) 245 65 250 235 Each additional time curve Each additional load/unload w/o time reading Expansion Index (El, ASTM D4829) Swell/collapse — Method A (ASTM D4546-A, up to 10 load/unloads w/o time curves) Single load swell/collapse - Method B (ASTM 04546-B, seat, load & inundate only) 45 40 130 290 105 www.leightongroup.com PAGE 1 of 4 Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E99005FE METHOD $/TEST TRIAXIAL TESTS Unconfined compression strength of cohesive soil 135 (with stress/strain plot, ASTM D2166) Unconsolidated undrained triaxial compression test on cohesive soils 170 (UU, ASTM D2850, USACE Q test, per confining stress) Consolidated undrained triaxial compression test for cohesive soils, 375 (CU, ASTM D4767, USACE R-bar test) with back pressure saturation & pore water pressure measurement (per confining stress) Consolidated drained triaxial compression test (CD, USACE S test), with volume change measurement. Price per soil type below EM 1110-2-1906(X): - Sand or silty sand soils (per confining stress) 375 - Silt or clayey sand soils (per confining stress) 500 - Clay soils (per confining stress) 705 - Three-stage triaxial (sand or silty sand soils) 655 - Three-stage triaxial (silt or clayey sand soils) 875 - Three-stage triaxial (clay soils) 1,235 Remolding of test specimens 65 PSA21-1216CMI Exhibit "A" (continued) Leighton I Fee Schedule METHOD $fTEST HYDRAULIC CONDUCTIVITY TESTS Triaxial permeability in flexible-wall permeameter with backpressure 310 saturation at one effective stress (EPA 9100/ASTM D5084, falling head Method C): - Each additional effective stress 120 - Hand trimming of soil samples for horizontal K 60 Remolding of test specimens 65 Permeability of granular soils (ASTM D2434) 135 Soil suction (filter paper method, ASTM D5298) 400 SOIL-CEMENT Moisture-density curve for soil-cement mixtures (ASTM D558) 240 Wet-dry durability of soil-cement mixtures (ASTM D559) ' 1,205 Compressive strength of molded soil-cement cylinder (ASTM D1633)' 60 Soil-cement remolded specimen (for shear strength, consolidation, etc.) ' 235 Compaction (ASTM D558 maximum density) should also be performed — not included in above price CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $/TEST CONCRETE STRENGTH CHARACTERISTICS METHOD $fTEST AGGREGATE PROPERTIES Concrete cylinders compression (ASTM C39) (6" x 12") 25 Bulk density and voids in aggregates (AASHTO T19/ASTM C29/ CTM 212) 50 Concrete cylinders compression (ASTM C39) (4" x 8") 22 Organic impurities in fine aggregate sand (AASHTO T21/ASTM C40/CTM 213) 60 Compression, concrete or masonry cores (testing only) inch (ASTM C42) 40 LA Rattler-smaller coarse aggregate <1.5" (AASHTO T96/ASTM C131/ 200 Trimming concrete cores (per core) Flexural strength of concrete (simple beam-3rd pt. loading, ASTM C78/CTM 523) 20 85 CTM 211) LA Rattler-larger coarse aggregate 1-3" (AASHTO T96/ASTM 0535/CTM 211) 250 Flexural strength of concrete (simple beam-center pt. loading, ASTM C293/CTM 523) 85 Apparent specific gravity of fine aggregate (MSHTO T84/ASTM C128/ CTM 208) 130 Non shrink grout cubes (2 inch, ASTM C109/C1107) 25 Clay lumps, friable particles (AASHTO 1112/ASTM C142) 175 Drying shrinkage - four readings, up to 90 days, 3 bars (ASTM 0157) Length of concrete cores (CTM 531) 400 40 Durability Index (AASHTO T210/ASTM D3744/CTM 229) Moisture content of aggregates by oven drying (MSHTO T255/ 200 40 HOT MIX ASPHALT (HMA) ASTM C566/CTM 226) Resistance of compacted HMA to moisture-induced damage (AASHTO T283/CTM 371) Hamburg Wheel, 4 briquettes (modified) (MSHTO T324) Superpave gyratory compaction (AASHTO T312/ASTM D6925) Extraction by ignition oven, percent asphalt (AASHTO T308/ASTM D6307/CTM 382) 2,100 900 350 150 Uncompacted void content of fine aggregate (MsidTo 1304/ ASTM C1252/ CTM 234) Percent of crushed particles (AASHTO T335/ASTM D5821/CTM 205) Flat & elongated particles in coarse aggregate (ASTM D4791/CTM 235) Cleanness value of coarse aggregate (CTM 227) Soundness, magnesium (AASHTO T104/ASTM C88/CTM 214) 130 135 215 210 225 Ignition oven correction/correlation values (MSHTO T308/ASTM 1,350 Soundness, sodium (AASHTO 1104/ASTM C88/CTM 214) 650 D6307/CTM 382) Extraction by centrifuge, percent asphalt (ASTM 02172) Gradation of extracted aggregate (AASHTO T30/ASTM D5444/CTM 202) Stabilometer, S-Value (ASTM 01560/CTM 366) Bituminous mixture preparation (AASHTO R30/CTM 304) 150 135 265 80 MASONRY Mortar cylinders (2" by 4", ASTM C780) Grout prisms (3" by 6", ASTM C1019) Masonry cores compression, 5_6" diameter (testing only, ASTM C42) 25 25 40 Moisture content of HMA (AASHTO T329/ASTM D6037/CTM 370) Bulk specific gravity of compacted HMA, molded specimen or 60 50 Masonry core-shear, Title 24 (test only) Veneer bond strength, cost for each (5 required, ASTM C482) 80 55 cores, uncoated (AASHTO T166/ASTM D2726/CTM 308) CMU compression to size 8" x 8" x 16" (3 required, ASTM C140) 45 Bulk specific gravity of compacted HMA, molded specimen or cores, paraffin-coated (AASHTO T275/ASTM D1188/CTM 308) 55 CMU moisture content, absorption & unit weight (6 required, ASTM C140) CMU linear drying shrinkage (ASTM C426) 40 175 Maximum density - Hveem (c-rm 308) 200 CMU grouted prisms (compression test 8" x 8" x 16", ASTM C1314) 180 Theoretical maximum density and specific gravity of HMA 130 CMU grouted prisms (compression test > 8" x 8" x 16", ASTM C1314) 250 (AASHTO 1209/ASTM D2041/CTM 309) BRICK Thickness or height of compacted bituminous paving mixture specimens (ASTM D3549) 40 Compression (cost for each, 5 required, ASTM C67) 40 Wet track abrasion of slurry seal (ASTM D3910) 150 Rubberized asphalt (add to above rates) + 25% www.leightongroup.com PAGE 2 of 4 Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E DocuSign Envelope ID: 2E600ACB-D570-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) Leighton I Fee Schedule METHOD $/TEST METHOD VIEST REINFORCING STEEL SPRAY APPLIED FIREPROOFING Rebar tensile test up to s No. 10 bars (ASTM A370) 45 Unit weight (density, ASTM E605) 60 Rebar tensile test > No. 10 bars s No. 17 (ASTM A370) Rebar bend test, up to s No. 10 bars (ASTM A370) 100 45 BEARING PADS/PLATES AND JOINT SEAL Rebar bend test > No. 10 bars s No. 17 (ASTM A370) 150 Elastomeric bearing pads (Caltrans SS 51-3) 990 Epoxy coated rebar/dowel film thickness (coating) test (ASTM A775) 45 Elastomeric bearing pad with hardness and compression tests 1230 Epoxy coated rebar/dowel continuity (Holiday) test (ASTM A775) 65 (Caltrans SS 51-3) Epoxy coated rebar flexibility/bend test, up to No. 11 (ASTM A775) 55 Type A Joint Seals (Caltrans SS 51-2) 1620 Tensile strength, 5-100,000 pounds axial load (ASTM A370) 45 Type B Joint Seals (Caltrans SS 51-2) 1530 Prestressing wire, tension (ASTM A416) 150 Bearing plates (A536) 720 Sample preparation (cutting) 50 STREET LIGHTS/SIGNALS Resistance butt-welded hoops/bars, up to No. 10 (CTM 670) 180 100W HPS Lighting (Caltrans RSS 86) 1296 Post-tensioned bars (ASTM A772) 420 SAMPLE TRANSPORT $/TRIP Pick-up & delivery (weekdays, per trip, <50 mile radius from Leighton office) 90 EQUIPMENT, SUPPLIES & MATERIALS $1UNIT VUNIT 1/4 inch Grab plates 5 each Mileage (IRS Allowable) 0.58 mile 1/4 inch Tubing (bonded) 0.55 foot Moisture test kit (excludes labor to perform test, ASTM E1907) 60 test 1/4 inch Tubing (single) 0.35 foot Nuclear moisture and density gauge 88 day 3/8 inch Tubing, clear vinyl 0.55 foot Pachometer 25 day 4-Gas meter (RKI Eagle or similar)/GEM 2000 130 day Particulate Monitor 125 day Air flow meter and purge pump (200 cc/min) 50 day pH/Conductivity/Temperature meter 55 day Box of 24 soil drive-sample rings 120 box Photo-Ionization Detector (PID) 120 day Brass sample tubes 10 each Pump, Typhoon 2 or 4 stage 50 day Caution tape (1000-foot roll) 20 each QED bladder pump w/QED control box 160 day Combination lock or padlock 11 each Quire fee — Phase I only 200 each Compressed air tank and regulator 50 day Resistivity field meter & pins 50 day Concrete coring machine (s6-inch-dia) 150 day Slip / threaded cap, 2-inch or 4-inch diameter, PVC Schedule ao 15 each Consumables (gloves, rope, soap, tape, etc.) 35 day Slope inclinometer 200 day Core sample boxes 11 each Soil sampling T-handle (Encore) 10 day Crack monitor 25 each Soil sampling tripod 35 day Cutoff saws, reciprocating, electric (SawzallO) 75 day Stainless steel bailer 40 day Disposable bailers 12 each Submersible pump, 10 gpm, high powered Grundfos 2-inch 160 day Disposable bladders 10 each with controller Dissolved oxygen meter 45 day Submersible pump/transfer pump, 10-25 gpm 50 day DOT 55-gallon containment drum with lid 65 drum Support service truck usage (well installation, etc.) 200 day Double-ring infiltrometer 125 day Survey/fence stakes 8 each Dual-stage interface probe 80 day Tedlar0 bags 18 each Dynamic Cone Penetrometer 400 day Traffic cones (s25)/barricades (single lane) 50 day Generator, portable gasoline fueled, 3,500 watts 90 day Turbidity meter 70 day Global Positioning System/Laser Range Finder 80 day TyvekO suit (each) 18 each Hand auger set 90 day Vapor sampling box 55 day HDPE safety fence (sill° feet) 40 roll Vehicle usage (carrying equipment) 0 hour Horiba U-51 water quality meter 135 day VelociCalc 35 day Light tower (towable vertical mast) 150 day Visqueen (20 x 100 feet) 100 roll Magnehelic gauge 15 day Water level indicator (electronic well sounder) <300 feet 60 day Manometer 25 day deep well ZIPLEVELO 15 day Other specialized geotechnical and environmental testing & monitoring equipment are available, and priced per site www.leightongroup.com PAGE 3 of 4 Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) Leighton Fee Schedule TERMS & CONDITIONS • Expiration: This fee schedule is effective through the term of this agreement. • Proposal Expiration: Proposals are valid for at least 30 days, subject to change after 30 days; unless otherwise stated in the attached proposal. • Prevailing Wages: Our fees for prevailing wage work are based upon California prevailing wage laws and wage determinations. Unless specifically indicated in our proposal, costs for apprentice are not included. If we are required to have an apprentice on your project, you will be notified and additional fees will be charged. • Overtime: Standard overtime rate is per California Labor Law and is billed at 1.5 or 2 times their hourly billing rate. Overtime rate for non-exempt field personnel working on a Leighton observed holiday is billed at 2 times their hourly billing rate. Overtime rate for Prevailing wage work is per the California Department of Industrial Relations (DIR) determination and is multiplied at 1.5 to 2 times their hourly billing rate. • Expert Witness Time: Expert witness deposition and testimony will be charged at 2 times hourly rates listed on the previous pages, with a minimum charge of four hours per day. ▪ Minimum Field Hourly Charges: For Field Technicians, Special Inspectors or any on-site (field) materials testing services will be charged for worked hours in 2, 4, 6 and 8 hour increments. • Outside Direct Costs: Heavy equipment, subcontractor fees and expenses, project-specific permits and/or licenses, project-specific supplemental insurance, travel, subsistence, project-specific parking charges, shipping, reproduction, and other reimbursable expenses will be invoiced at cost plus 10%, unless billed directly to and paid by client. • Insurance & Limitation of Liability: These rates are predicated on standard insurance coverage. • Invoicing: Invoices are rendered monthly, payable upon receipt in United States dollars. • Client Disclosures: Client agrees to provide all information in Client's possession about actual or possible presence of buried utilities and hazardous materials on the project site, prior to fieldwork, and agrees to reimburse Leighton for all costs related to unanticipated discovery of utilities and/or hazardous materials. Client is also responsible for providing safe and legal access to the project site for all Leighton field personnel. • Earth Material Samples: Quoted testing unit rates are for soil and/or rock (earth) samples free of hazardous materials. Additional costs will accrue beyond these standard testing unit rates for handling, testing and/or disposing of soil and/or rock containing hazardous materials. Hazardous materials will be returned to the site or the site owner's designated representative at additional cost not included in listed unit rates. Standard turn-around time for geotechnical-laboratory test results is 10 working days. Samples will be stored for 2 months, after which they will be discarded. Prior documented notification is required if samples need to be stored for a longer time. A monthly storage fee of $10 per bag and $5 per sleeve or tube will be applied. Quoted unit rates are only for earth materials sampled in the United States. There may be additional cost for handling imported samples. • Construction Material Samples: After all designated 28-day breaks for a given sample set meet specified compressive or other client-designated strength, all "hold" cylinders or specimens will be automatically disposed of, unless specified in writing prior to the 28-day break. All other construction materials will be disposed of after completion of testing and reporting www.leightongroup.com PAGE 4 of 4 Task No. 2 - PSA21-1216CMI DocuSign Envelope ID: 23CDC806-06E7-4A98-B7E9-E71E26ECD89E INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Lexington Insurance Company Travelers Indemnity Co of CT 8/05/2020 McGriff Insurance Services 2400 E Katella Ave Suite 1100 Anaheim, CA 92806 714 941-2800 Lori McNay 714 941-2815 LMcNay@mcgriffinsurance.com Leighton Consulting Inc 17781 Cowan Ste. 100 Irvine, CA 92614-6009 SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) attached to policy. Waiver of Subrogation applies on General Liability as contained within Lexington's Waiver of Subrogation (Blanket)endorsement LX0485 11/03 attached to the General Liability policy as required by written contract. Notification of cancellation will be provided in accordance with the terms and conditions of the referenced policies, as contained within the attached carrier endorsement forms. 2 of 2 #S26290793/M25210646 INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Lexington Insurance Company Travelers Indemnity Co of CT 8/05/2020 McGriff Insurance Services 2400 E Katella Ave Suite 1100 Anaheim, CA 92806 714 941-2800 Lori McNay 714 941-2815 LMcNay@mcgriffinsurance.com Leighton Consulting Inc 17781 Cowan Ste. 100 Irvine, CA 92614-6009 SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) by written contract. Primary wording applies to General Liability per Lexington's endorsement LX9838 08/05 attached to policy. Waiver of Subrogation applies on General Liability as contained within Lexington's Waiver of Subrogation (Blanket)endorsement LX0485 11/03 attached to the General Liability policy as required by written contract. Notification of cancellation will be provided in accordance with the terms and conditions of the referenced policies, as contained within the attached carrier endorsement forms. 2 of 2 #S26290800/M25210646 ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 # 021 Forms a part of policy no.: 065463440 Issued to: LEIGHTON GROUP, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following: COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) AS REQUIRED BY WRITTEN CONTRACT (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 1 of 2 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations All other terms and conditions of the policy remain the same. Authorized Representative LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 2 of 2 POLICYNUMBER: 065463440 ENDORSEMENT COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A.Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of yourongoing operations performed for that insured. B.With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2.ExclusionsThis insurance does not apply to "bodily injury" or "property damage" occurring after: (1)All work, including materials, parts or equipment furnished in connection withsuch work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed;or (2)That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than anothercontractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ISO Properties, Inc., 2000 Page 1 of 1 LX9605 #$## ),*+50.10-4     3/.(0/' "       2( !  ( &( %'%# '!'#$#             '     %     5!     4                        "!          "!                   02/14/2020 065463440 Leighton Consulting Inc $ %$!$         /+*),+(! #       .) "  ) ') "!(-  & "'$ %$!$                          (     &     1"     0                                                   !                                    02/14/2020 065463440 Leighton Consulting Inc (!) ("(!     732-43," '       6- %  - +- ,%( '+ &,% ! 9+#,!$(8             #( **2109335418 #40./ ,      *     9%     8                                                                                           02/14/2020 065463440 Leighton Consulting Inc ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 # 021 Forms a part of policy no.: 065463440 Issued to: LEIGHTON GROUP, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following: COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) AS REQUIRED BY WRITTEN CONTRACT (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 1 of 2 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations All other terms and conditions of the policy remain the same. Authorized Representative LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 2 of 2 POLICYNUMBER: 065463440 ENDORSEMENT COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ISO Properties, Inc., 2000 Page 1 of 1 LX9605 #$## ),*+50.10-4     3/.(0/' "       2( !  ( &( %'%# '!'#$#             '     %     5!     4                        "!          "!                   02/14/2020 065463440 Leighton Consulting Inc $ %$!$         /+*),+(! #       .) "  ) ') "!(-  & "'$ %$!$                          (     &     1"     0                                                   !                                    02/14/2020 065463440 Leighton Consulting Inc (!) ("(!     732-43," '       6- %  - +- ,%( '+ &,% ! 9+#,!$(8             #( **2109335418 #40./ ,      *     9%     8                                                                                           02/14/2020 065463440 Leighton Consulting Inc 08/04/2020 Tutton Insurance Services 2913 S Pullman Street License #0B89376 Santa Ana CA 92705 Certificate Department (949) 261-5335 (949) 261-1911 Bernadette Reza or Catlin Ortiz Leighton Consulting, Inc. 17781 Cowan Ste. 200 Irvine CA 92614 West American Insurance 44393 19-20 WC Consulting A N XWW60245009 09/01/2019 09/01/2020 1,000,000 1,000,000 1,000,000 RE: Project #12939.000 CMWD/as-needed materials testing, various locationsWorkers' Compensation Waiver of Subrogation per WC990679.0113 Carlsbad Municipal Water District 1635 Faraday Ave Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERALAGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'LAGGREGATE LIMITAPPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 08/04/2020 Tutton Insurance Services 2913 S Pullman Street License #0B89376 Santa Ana CA 92705 Certificate Department (949) 261-5335 (949) 261-1911 Bernadette Reza or Catlin Ortiz Leighton Consulting, Inc. 17781 Cowan Ste. 200 Irvine CA 92614 West American Insurance 44393 19-20 WC Consulting A N XWW60245009 09/01/2019 09/01/2020 1,000,000 1,000,000 1,000,000 RE: Project #12840.000 City of Carlsbad/as needed material testing, various locations Workers' Compensation Waiver of Subrogation per WC990679.0113 City of Carlsbad 1635 Faraday Ave Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERALAGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'LAGGREGATE LIMITAPPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY PSA21-1216CMI General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 5208 / 3904 This First Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Leighton Consulting, Inc., a California corporation ("Contractor") and the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), dated August 18, 2020, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide materials testing services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated Sept. 8, 2020, (“proposal”), attached as Appendix "A" for the Recycled Water Phase III Pipeline Expansion Segment 5, (the “Project"). The Project services shall include materials testing services. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within three hundred fourty-three (343)working days thereafter. Working days are defined in section 6-7.2 "Working Day"of the Standard Specifications for Public Works Construction (Green Book). In no eventshall Contractor work beyond the term or authorized compensation of the Agreement, asamended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on working days. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A and B". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $62,105. 4.PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 September 22, 2020 PSA21-1216CMI General Counsel Approved Version 7/19/17 2 prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 PSA21-1216CMI General Counsel Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT MATERIALS TESTING SERVICES TASK GROUP TIME & MATERIALS Material Testing Services $62,105.00 TOTAL (Not-to-Exceed) $62,105.00 CONTRACTOR Leighton Consulting, Inc. Leighton Consulting, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Joseph Dean, Secretary Thomas C. Benson, Jr., President & CEO (print name/title) (print name/title) (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column B Secretary, assistant secretary, CFO or Assistant treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ________________________________ Date: _________________________ Geoff Patnoe, Assistant Executive Manager as authorized by the Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Assistant General Counsel DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 September 22, 2020 September 8, 2020 Project No. 11383.009 City of Carlsbad1635 Faraday AvenueCarlsbad, California 92008 Attention: Ms. Valerie Airey Subject: Proposal for Remaining Soils Observation and Testing Services Recycled Water Phase III Pipeline Expansion Segment 5 Contract No. PSA21-1216CMI In accordance with your request and our As-Needed Material Testing Services Agreement, Leighton Consulting, Inc. (Leighton) is pleased to present this proposal to provide soils observation and testing services during the continued construction of the Recycled Water Phase III Pipeline Expansion Segment 5 improvements to completion of the project. PROJECT DESCRIPTION Our understanding of this project is primarily based on our review of the plans prepared by Kennedy/Jenks Consultants and project specifications for Project No. 5208-B. We understand that new reclaimed water pipelines and associated laterals will be installed along and in general proximity to El Camino Real and adjacent streets and developments. Plans for the Segment 5 pipeline expansion include approximately 40,000 feet of 6- to 8- inch diameter reclaimed water main and approximately 78 laterals and associated appurtenances, as well as approximately 6,000 feet of potable water main and associated appurtenances. At the completion of backfilling operations, the asphalt concrete pavement will be restored. We understand that the project is a prevailing wage job and that there is limited travel time for our field technicians. A specific construction schedule was not available during preparation of this proposal, as such, we have estimated durations to complete trench backfill and pavement restoration. 3934 Murphy Canyon Road, Suite B205 ■ San Diego, CA 92123-4425 858.569.6914 ■ Fax 858.292.0771 ■ www.leightongroup.com PSA21-1216CMI Task 1 Appendix "A" DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Proposal for Soils Observation and Testing September 08, 2020Carlsbad Recycled Water Phase III Expansion Segment 5 Project No. 11383.009 - 2 - PROPOSED SCOPE OF WORK Our proposed scope of work will consist of geotechnical observation and testing in accordance with drawings and the standard specifications for the construction of pipelines and appurtenances of the City of Carlsbad. In view of the above project description and assumed time schedule, our scope of services is summarized below. Geotechnical Observation and Testing During Construction Based on our understanding of the project as described in the previous section of this proposal, project plans and specifications, we propose the following geotechnical and material testing scope of work: Observation and Testing – Utility Trench Backfill: We will provide part-time (on- call) observation and testing of pipeline bedding and shading, and trench backfill. Observation and Testing – Aggregate Base: We will provide part-time (on-call) observation and testing of aggregate base preparation as part of the pavement restoration. Observation and Testing – Asphalt Concrete: We propose to provide full-time observation and testing during the placement of asphalt concrete, as asphalt may need to be reworked immediately if necessary. Daily Field Reports: Daily field reports (DFRs) will be distributed to your designated project representative for review and signature. We anticipate that a construction management representative will be on-site daily to schedule our personnel, supervise various contractors activities and respond to deficiencies in earthwork, if necessary. Final As-Graded Compaction Report At the completion of the project, we will prepare an As-graded report summarizing our geotechnical observations and testing of trench backfill, aggregate base preparation and asphalt placement. The report will include field and laboratory test results and the geotechnical conditions encountered during construction operations performed for the subject project. SCHEDULE We are prepared to begin our work immediately upon receipt of your signed authorization to proceed. For scheduling of our field technicians, we request at least one working day (minimum 24-hour) notice. Note that calls to our dispatch after 3:00 pm (prior work day) PSA21-1216CMI Task 1 Appendix "A" (continued)DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Proposal for Soils Observation and Testing September 08, 2020Carlsbad Recycled Water Phase III Expansion Segment 5 Project No. 11383.009 - 3 - or on weekends and holidays are not addressed until the first following working day, without prior arrangement. Daily field reports (DFRs) will be distributed to your Project Inspector (PI) and/or project superintendent for review and signature. We anticipate that the project superintendent or PI will be on-site to (1) schedule our personnel, (2) supervise various contractors’ activities and (3) respond to deficiencies in earthwork, if necessary. We will work closely with your field representative to reduce standby time or unnecessary trips to the site. BUDGET ASSUMPTIONS The accompanying Table 1 provides a summary of our estimate effort to complete the requested scope of work. The actual amount of time, and our associated fees, will be dependent on weather, exposed subsurface conditions, requests of the City of Carlsbad representative and/or PI and the contractor’s schedule, sequencing, pace and efficiency. We understand that you will approve all changes prior to cost adjustments. Our budget is based on normal daylight workday shifts of 8 hours per day, 40 hours per week, Monday through Friday except holidays. Overtime is not included in our budget. Services for this project will be billed in accordance with our As-Needed Materials Testing Services Agreement, Dated September , 2020 and agreed upon Professional Fee Schedule. The following assumptions have been made in estimating our costs for soil and material testing services during construction: We will provide the required proof of insurance in accordance with RFP documents. We assume the site will be readily accessible to our staff and equipment during construction, including free parking on site and safe access to excavations, etc.; Geotechnical laboratory testing will be performed from our fully staffed in-house laboratory in San Diego or Temecula; Our estimate does not include costs for special inspection and material testing services during shop fabrication or source inspection for any prefabricated component; Laboratory testing of import soils materials for conformance with specifications will be provided by this office; Laboratory testing of asphalt concrete will be provided by the plant supplying the material; Overtime is not anticipated for this project; PSA21-1216CMI Task 1Appendix "A" (continued)DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Proposal for Soils Observation and Testing September 08, 2020Carlsbad Recycled Water Phase III Expansion Segment 5 Project No. 11383.009 - 4 - Changes to the drawings and specifications and a construction schedule may affect our scope and budget, and can provide a basis for us to update our fee estimate. Assumptions have been made in quantities and hours for estimating our costs. Our estimate does not include pavement design or associated R-value testing. Our estimate does not include costs for response to project RFI’s, plan reviews, additional field hours and testing requested beyond those stated herein, third-party review or responding to comments of any regulatory agency; Site safety is the responsibility of the contractor. Therefore, we will notify the contractor’s site representative, and your Project Inspector if/as directed by you for this project, whenever we are on site. FEES AND TERMS We have estimated a budget of $62,105.00 for the proposed scope of work as described above. A detailed table of the estimated fee/costs is included at the rear of the text. Actual scope and cost may vary from what was estimated, if additional time is required on site or if additional testing is required beyond that assumed in Table 1. If actual number of our site visits and/or hours requested are less-than assumed, our fee would be less-than estimated. Conversely, if there are numerous small work increments, numerous failed soil density or failed concrete tests, extensive standby or unnecessary site visits, this budget estimate may be insufficient to complete the project, and we will notify you that our budget needs to be augmented. Material testing and special inspections not referenced in our estimated budget will be charged on a time and expense basis in accordance with our fee schedule. We have not included budget to staff the project with an apprentice. Although possible under California Prevailing Wage law, based on our experience we do not anticipate an apprentice will be dispatched for training on this project. Should we be required to provide training for an apprentice on this project, an additional fee would be required to cover that additional expense. AUTHORUZATION If you are in agreement with the budget and scope indicated herein, please provide a Task Order or PO based on our As-Needed Material Testing Services Agreement, dated September 2020 so that our accounting department can make the appropriate billing arrangements. We propose to bill these services using our existing As-Needed Material Testing Services Agreement and the associated fee schedule. Our services summarized above will be billed on a time-and-materials basis with a not to exceed the estimate cost on the previous page, without your written authorization. PSA21-1216CMI Task 1Appendix "A" (continued)DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Proposal for Soils Observation and Testing September 08, 2020Carlsbad Recycled Water Phase III Expansion Segment 5 Project No. 11383.009 - 5 - CLOSURE We appreciate the opportunity to be of continued service and involvement in this project. If you have any questions or information that would update our scope of work, please contact us at your convenience. Respectfully submitted, LEIGHTON CONSULTING, INC. Mike Jensen, CEG William ‘Dave’ Olson, RCE Associate Geologist Associate Engineer Attachments: Scope of Work Agreement (1-page) Table 1 – Breakdown of Estimated Fees (1-page) Distribution: (1) Addressee, via e-mail PSA21-1216CMI Task 1Appendix "A" (continued)DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 SCOPE OF WORK AUTHORIZATION This Scope of Work, dated September 8, 2020 is, upon execution of the Parties, incorporated asScope of Work under Master Services Agreement No. _________ by and between LEIGHTON CONSULTING, INC., ("LEIGHTON") and CITY OF CARLSBAD, ("CLIENT"), effective: _______ PROJECT DESCRIPTION: Geotechnical Services during construction of the Recycled Water Phase III Pipeline ExpansionSegment 5 Improvements, see attached proposal dated September 04, 2020. LEIGHTON CONSULTING, INC.:CLIENT:Leighton Consulting, Inc.City of Carlsbad3934 Murphy Canyon Road, Suite B-205 1635 Faraday AvenueSan Diego, California 92123 Carlsbad, California 92008Telephone: (858) 300-8494 Telephone: (760) 602-4677Prime Contact for this Project:Prime Contact for this Project:Mr. Mike Jensen Ms. Valerie Airey FEES:The fee for our services will be charged on a time-and-material (T&M) basis in accordance withthe agreed upon Carlsbad Professional Fee Schedule. The T&M budget for our services is estimated at $62,105.00 with payment due within 30 days after receipt of invoice. Additionalservices beyond the stated scope will be provided on a time-and-materials basis in accordance withthe agreed upon Carlsbad Professional Fee Schedule. Portion of Fee in Advance of Work: none I have reviewed and agree to this scope of work. LEIGHTON CONSULTING, INC.:CLIENT By Signature By Signature Name (Print or Type)Name (Print or Type) Date Date CLIENT ACKNOWLEDGES THAT IT HAS READ AND UNDERSTANDS THE DOCUMENT ENTITLED "INFORMATION FOR CLIENTS REGARDING LEIGHTON'S SERVICES” PSA21-1216CMI Task 1 Appendix "A" (continued)DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Carlsbad Recycled Water Phase 3 - Segment 5 Geotechnical Observation and Testing Proposal # 11383.009 TASK DESCRIPTION UNITS COST Pre-Construction Meeting/Project Review Senior Project Geologist $185.00 /hour 10 $1,850.00 SUBTOTAL $1,850.00 Geotechnical Observation and Testing During Construction Field Soils / Materials Tester [Prev. wage]Utility Trench Backfill $134.00 /hour 180 $24,120.00 Field Soils / Materials Tester [Prev. wage]Pavement Section Testing $134.00 /hour 200 $26,800.00 SUBTOTAL $50,920.00 Laboratory Testing - Soils $105.00 /each 1 $105.00 $245.00 /each 1 $245.00 $135.00 /each 1 $135.00 $245.00 /each 3 $735.00 SUBTOTAL $1,220.00 Final Report Associate $203.00 /hour 15.2 $3,085.60 Senior Project Geologist $185.00 /hour 6 $1,110.00 Project Engineer $167.00 /hour 6 $1,002.00 Project Administrator/Word Processor $72.00 /hour 16 $1,152.00 SUBTOTAL $6,349.60 Other Direct Costs Mileage – Project Direct $0.535 /mile 3300 $1,765.50 SUBTOTAL $1,765.50 TOTAL ESTIMATED COST 62,105.10$ RATE Leighton Consulting, Inc. Table 1 Estimated Fees Sand Equivalent (SE, ASTM D2419/CTM 217) Corrosion suite: minimum resistivity, sulfate, chloride, pH (CTM 643) Particle size - Sieve only 1½ inch to #200, (ASTM D6913/CTM 202) Modified Proctor compaction 6 inch diameter mold (Method C) (ASTM D1557) PSA21-1216CMI Task 1Appendix "A" (continued)DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 www.leightongroup.com PAGE 1 of 4 CARLSBAD PROFESSIONAL FEE SCHEDULE CLASSIFICATION $/HR Technician I 78 Technician II / Special Inspector 89 Senior Technician / Senior Special Inspector 99 Prevailing Wage (field soils / materials tester) *134 Prevailing Wage (Special Inspector) * 134 Prevailing Wage (Source Inspector, NDT and soil remediation O&M)* 139 System Operation & Maintenance (O&M) Specialist 129 Non Destructive Testing (NDT) 139 Deputy Inspector 99 Field / Laboratory Supervisor 132 Source Inspector 122 City of Los Angeles Deputy Building (including Grading) Inspector 140 $/HR 72 99 113 126 149 105 120 162 167 185 203 221 CLASSIFICATION Project Administrator/Word Processor/Dispatcher Information Specialist CAD Operator GIS Specialist GIS Analyst Staff Engineer / Geologist / Scientist Senior Staff Engineer / Geologist / Scientist / ASMR Operations / Laboratory Manager Project Engineer / Geologist / Scientist Senior Project Engineer / Geologist / Scientist / SMR Associate Principal GEOTECHNICAL LABORATORY TESTING METHOD $/TEST CLASSIFICATION & INDEX PROPERTIES Photograph of sample 10 Moisture content (ASTM D2216) 20 Moisture & density (ASTM D2937) ring samples 30 Moisture & density (ASTM D2937) Shelby tube or cutting 40 Atterberg limits (ASTM D4318) 3 points: 150 -Single point, non-plastic 85 -Atterberg limits (organic ASTM D2487 / D4318)180 -Visual classification as non-plastic (ASTM D2488)10 Particle size: -Sieve only 1½ inch to #200 (AASHTO T27/ASTM C136/ASTM D6913/CTM 202) 135 -Large sieve 6 inch to #200 (AASHTO T27/ASTM C136/ASTM D6913/CTM 202) 175 -Hydrometer only (ASTM D7928)110 -Sieve + hydrometer (≤3 inch sieve, ASTM 7928)185 -Percent passing #200 sieve, wash only (ASTM D1140)70 Specific gravity and absorption of fine aggregate (AASHTO T84/ASTM C128/ASTM D854/CTM 207) 125 Specific gravity and absorption of coarse aggregate (AASHTO T85/ASTM C127/CTM 206) 100 -Total porosity - on Shelby tube sample (calculated)165 -Total porosity - on other sample (calculated)155 Shrinkage limits (wax method, ASTM D4943)126 Pinhole dispersion (ASTM D4647)210 Dispersive characteristics (double hydrometer ASTM D4221)90 As-received moisture & density (chunk/carved samples)60 Sand Equivalent (SE, AASHTO T176/ASTM D2419/CTM 217) 105 COMPACTION & PAVEMENT SUBGRADE TESTS Standard Proctor compaction, (ASTM D698) 4 points: -4 inch diameter mold (Methods A & B)160 -6 inch diameter mold (Method C)215 Modified Proctor compaction (ASTM D1557) 4 points: -4 inch diameter mold (Methods A & B)220 -6 inch diameter mold (Method C)245 Check point (per point) 65 Relative compaction of untreated/treated soils/aggregates (CTM 216) 250 Relative density (0.1 ft mold, ASTM D4253, D4254) 235 METHOD $/TEST California Bearing Ratio (CBR, ASTM D1883) – 3 point -3 point 500 -1 point 185 R-Value (AASHTO T190/ASTM D2844/CTM 301) untreated soils/aggregates 310 R-Value (AASHTO T190/ASTM D2844/CTM 301) lime or cement treated soils/aggregates 340 SOIL CHEMISTRY & CORROSIVITY pH Method A (ASTM D4972 or CTM 643) 45 Electrical resistivity – single point – as received moisture 45 Minimum resistivity 3 moisture content points (ASTM G187/CTM 643) 90 pH + minimum resistivity (CTM 643) 130 Sulfate content - gravimetric (CTM 417 B Part 2) 70 Sulfate content - by ion chromatograph (CTM 417 Part 2) 80 Sulfate screen (Hach®) 30 Chloride content (AASHTO T291/CTM 422) 70 Chloride content – by ion chromatograph (AASHTO T291/CTM 422) 80 Corrosion suite: minimum resistivity, sulfate, chloride, pH (CTM 643) 265 Organic matter content (ASTM D2974) 65 SHEAR STRENGTH Pocket penetrometer 15 Direct shear (ASTM D3080, mod., 3 points): Consolidated undrained - 0.05 inch/min (CU) 285 Consolidated drained - <0.05 inch/min (CD) 345 Residual shear EM 1110-2-1906-IXA (price per each additional pass after shear) 50 Remolding or hand trimming of specimens (3 points) 90 Oriented or block hand trimming (per hour) 65 Single point shear 105 Torsional shear (ASTM D6467 / ASTM D7608) 820 CONSOLIDATION & EXPANSION/SWELL TESTS Consolidation (ASTM D2435): 195 Each additional time curve 45 Each additional load/unload w/o time reading 40 Expansion Index (EI, ASTM D4829) 130 Swell/collapse – Method A (ASTM D4546-A, up to 10 load/unloads w/o time curves) 290 Single load swell/collapse - Method B (ASTM D4546-B, seat, load & inundate only) 105 * See Prevailing Wages in Terms and Conditions PSA21-1216CMI - Task No. 1 Appendix "B" DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Leighton | Fee Schedule www.leightongroup.com PAGE 2 of 4 METHOD $/TEST TRIAXIAL TESTS Unconfined compression strength of cohesive soil (with stress/strain plot, ASTM D2166) 135 Unconsolidated undrained triaxial compression test on cohesive soils (UU, ASTM D2850, USACE Q test, per confining stress) 170 Consolidated undrained triaxial compression test for cohesive soils, (CU, ASTM D4767, USACE R-bar test) with back pressure saturation & pore water pressure measurement (per confining stress) 375 Consolidated drained triaxial compression test (CD, USACE S test), with volume change measurement. Price per soil type below EM 1110-2-1906(X): ˗ Sand or silty sand soils (per confining stress) 375 ˗ Silt or clayey sand soils (per confining stress) 500 ˗ Clay soils (per confining stress) 705 ˗ Three-stage triaxial (sand or silty sand soils) 655 ˗ Three-stage triaxial (silt or clayey sand soils) 875 ˗ Three-stage triaxial (clay soils) 1,235 Remolding of test specimens 65 METHOD $/TEST HYDRAULIC CONDUCTIVITY TESTS Triaxial permeability in flexible-wall permeameter with backpressure saturation at one effective stress (EPA 9100/ASTM D5084, falling head Method C): 310 ˗ Each additional effective stress 120 ˗ Hand trimming of soil samples for horizontal K 60 Remolding of test specimens 65 Permeability of granular soils (ASTM D2434) 135 Soil suction (filter paper method, ASTM D5298) 400 SOIL-CEMENT Moisture-density curve for soil-cement mixtures (ASTM D558) 240 Wet-dry durability of soil-cement mixtures (ASTM D559) ¹ 1,205 Compressive strength of molded soil-cement cylinder (ASTM D1633)¹ 60 Soil-cement remolded specimen (for shear strength, consolidation, etc.) ¹ 235 ¹ Compaction (ASTM D558 maximum density) should also be performed – not included in above price CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $/TEST CONCRETE STRENGTH CHARACTERISTICS Concrete cylinders compression (ASTM C39) (6” x 12”)25 Concrete cylinders compression (ASTM C39) (4” x 8”)22 Compression, concrete or masonry cores (testing only) ≤6 inch (ASTM C42) 40 Trimming concrete cores (per core) 20 Flexural strength of concrete (simple beam-3rd pt. loading, ASTM C78/CTM 523) 85 Flexural strength of concrete (simple beam-center pt. loading, ASTM C293/CTM 523) 85 Non shrink grout cubes (2 inch, ASTM C109/C1107)25 Drying shrinkage - four readings, up to 90 days, 3 bars (ASTM C157) 400 Length of concrete cores (CTM 531)40 HOT MIX ASPHALT (HMA) Resistance of compacted HMA to moisture-induced damage (AASHTO T283/CTM 371) 2,100 Hamburg Wheel, 4 briquettes (modified) (AASHTO T324)900 Superpave gyratory compaction (AASHTO T312/ASTM D6925)350 Extraction by ignition oven, percent asphalt (AASHTO T308/ASTM D6307/CTM 382) 150 Ignition oven correction/correlation values (AASHTO T308/ASTM D6307/CTM 382) 1,350 Extraction by centrifuge, percent asphalt (ASTM D2172)150 Gradation of extracted aggregate (AASHTO T30/ASTM D5444/CTM 202) 135 Stabilometer, S-Value (ASTM D1560/CTM 366)265 Bituminous mixture preparation (AASHTO R30/CTM 304)80 Moisture content of HMA (AASHTO T329/ASTM D6037/CTM 370)60 Bulk specific gravity of compacted HMA, molded specimen or cores, uncoated (AASHTO T166/ASTM D2726/CTM 308) 50 Bulk specific gravity of compacted HMA, molded specimen or cores, paraffin-coated (AASHTO T275/ASTM D1188/CTM 308) 55 Maximum density - Hveem (CTM 308)200 Theoretical maximum density and specific gravity of HMA (AASHTO T209/ASTM D2041/CTM 309) 130 Thickness or height of compacted bituminous paving mixture specimens (ASTM D3549) 40 Wet track abrasion of slurry seal (ASTM D3910) 150 Rubberized asphalt (add to above rates) + 25% METHOD $/TEST AGGREGATE PROPERTIES Bulk density and voids in aggregates (AASHTO T19/ASTM C29/ CTM 212) 50 Organic impurities in fine aggregate sand (AASHTO T21/ASTM C40/CTM 213) 60 LA Rattler-smaller coarse aggregate <1.5” (AASHTO T96/ASTM C131/ CTM 211) 200 LA Rattler-larger coarse aggregate 1-3” (AASHTO T96/ASTM C535/CTM 211) 250 Apparent specific gravity of fine aggregate (AASHTO T84/ASTM C128/ CTM 208) 130 Clay lumps, friable particles (AASHTO T112/ASTM C142)175 Durability Index (AASHTO T210/ASTM D3744/CTM 229)200 Moisture content of aggregates by oven drying (AASHTO T255/ ASTM C566/CTM 226) 40 Uncompacted void content of fine aggregate (AASHTO T304/ ASTM C1252/ CTM 234) 130 Percent of crushed particles (AASHTO T335/ASTM D5821/CTM 205) 135 Flat & elongated particles in coarse aggregate (ASTM D4791/CTM 235) 215 Cleanness value of coarse aggregate (CTM 227)210 Soundness, magnesium (AASHTO T104/ASTM C88/CTM 214)225 Soundness, sodium (AASHTO T104/ASTM C88/CTM 214)650 MASONRY Mortar cylinders (2” by 4”, ASTM C780) 25 Grout prisms (3” by 6”, ASTM C1019) 25 Masonry cores compression, ≤6” diameter (testing only, ASTM C42) 40 Masonry core-shear, Title 24 (test only) 80 Veneer bond strength, cost for each (5 required, ASTM C482)55 CMU compression to size 8” x 8” x 16” (3 required, ASTM C140)45 CMU moisture content, absorption & unit weight (6 required, ASTM C140) 40 CMU linear drying shrinkage (ASTM C426)175 CMU grouted prisms (compression test ≤8” x 8” x 16”, ASTM C1314)180 CMU grouted prisms (compression test > 8” x 8” x 16”, ASTM C1314)250 BRICK Compression (cost for each, 5 required, ASTM C67) 40 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Leighton | Fee Schedule www.leightongroup.com PAGE 3 of 4 METHOD $/TEST REINFORCING STEEL Rebar tensile test up to ≤ No. 10 bars (ASTM A370) 45 Rebar tensile test > No. 10 bars ≤ No. 17 (ASTM A370) 100 Rebar bend test, up to ≤ No. 10 bars (ASTM A370) 45 Rebar bend test > No. 10 bars ≤ No. 17 (ASTM A370) 150 Epoxy coated rebar/dowel film thickness (coating) test (ASTM A775) 45 Epoxy coated rebar/dowel continuity (Holiday) test (ASTM A775) 65 Epoxy coated rebar flexibility/bend test, up to No. 11 (ASTM A775) 55 Tensile strength, ≤100,000 pounds axial load (ASTM A370) 45 Prestressing wire, tension (ASTM A416) 150 Sample preparation (cutting) 50 Resistance butt-welded hoops/bars, up to No. 10 (CTM 670) 180 Post-tensioned bars (ASTM A772) 420 METHOD $/TEST SPRAY APPLIED FIREPROOFING Unit weight (density, ASTM E605) 60 BEARING PADS/PLATES AND JOINT SEAL Elastomeric bearing pads (Caltrans SS 51-3) 990 Elastomeric bearing pad with hardness and compression tests (Caltrans SS 51-3) 1230 Type A Joint Seals (Caltrans SS 51-2) 1620 Type B Joint Seals (Caltrans SS 51-2) 1530 Bearing plates (A536) 720 STREET LIGHTS/SIGNALS 100W HPS Lighting (Caltrans RSS 86) 1296 SAMPLE TRANSPORT $/TRIP Pick-up & delivery (weekdays, per trip, <50 mile radius from Leighton office) 90 EQUIPMENT, SUPPLIES & MATERIALS $/UNIT 1/4 inch Grab plates 5 each 1/4 inch Tubing (bonded) 0.55 foot 1/4 inch Tubing (single) 0.35 foot 3/8 inch Tubing, clear vinyl 0.55 foot 4-Gas meter (RKI Eagle or similar)/GEM 2000 130 day Air flow meter and purge pump (200 cc/min)50 day Box of 24 soil drive-sample rings 120 box Brass sample tubes 10 each Caution tape (1000-foot roll)20 each Combination lock or padlock 11 each Compressed air tank and regulator 50 day Concrete coring machine (≤6-inch-dia)150 day Consumables (gloves, rope, soap, tape, etc.)35 day Core sample boxes 11 each Crack monitor 25 each Cutoff saws, reciprocating, electric (Sawzall®)75 day Disposable bailers 12 each Disposable bladders 10 each Dissolved oxygen meter 45 day DOT 55-gallon containment drum with lid 65 drum Double-ring infiltrometer 125 day Dual-stage interface probe 80 day Dynamic Cone Penetrometer 400 day Generator, portable gasoline fueled, 3,500 watts 90 day Global Positioning System/Laser Range Finder 80 day Hand auger set 90 day HDPE safety fence (≤100 feet)40 roll Horiba U-51 water quality meter 135 day Light tower (towable vertical mast)150 day Magnehelic gauge 15 day Manometer 25 day $/UNIT Mileage (IRS Allowable) 0.58 mile Moisture test kit (excludes labor to perform test, ASTM E1907) 60 test Nuclear moisture and density gauge 88 day Pachometer 25 day Particulate Monitor 125 day pH/Conductivity/Temperature meter 55 day Photo-Ionization Detector (PID) 120 day Pump, Typhoon 2 or 4 stage 50 day QED bladder pump w/QED control box 160 day Quire fee – Phase I only 200 each Resistivity field meter & pins 50 day Slip / threaded cap, 2-inch or 4-inch diameter, PVC Schedule 40 15 each Slope inclinometer 200 day Soil sampling T-handle (Encore) 10 day Soil sampling tripod 35 day Stainless steel bailer 40 day Submersible pump, 10 gpm, high powered Grundfos 2-inch with controller 160 day Submersible pump/transfer pump, 10-25 gpm 50 day Support service truck usage (well installation, etc.) 200 day Survey/fence stakes 8 each Tedlar® bags 18 each Traffic cones (≤25)/barricades (single lane) 50 day Turbidity meter 70 day Tyvek® suit (each) 18 each Vapor sampling box 55 day Vehicle usage (carrying equipment) 0 hour VelociCalc 35 day Visqueen (20 x 100 feet) 100 roll Water level indicator (electronic well sounder) <300 feet deep well 60 day ZIPLEVEL®15 day Other specialized geotechnical and environmental testing & monitoring equipment are available, and priced per site PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Leighton | Fee Schedule www.leightongroup.com PAGE 4 of 4 TERMS & CONDITIONS Expiration: This fee schedule is effective throughthe term of this agreement. Proposal Expiration: Proposals are valid for at least 30 days, subject to change after 30 days; unless otherwise stated in the attached proposal. Prevailing Wages: Our fees for prevailing wage work are based upon California prevailing wage laws and wage determinations. Unless specifically indicated in our proposal, costs for apprentice are not included. If we are required to have an apprentice on your project, you will be notified and additional fees will be charged. Overtime: Standard overtime rate is per California Labor Law and is billed at 1.5 or 2 times their hourly billing rate. Overtime rate for non-exempt field personnel working on a Leighton observed holiday is billed at 2 times their hourly billing rate. Overtime rate for Prevailing wage work is per the California Department of Industrial Relations (DIR) determination and is multiplied at 1.5 to 2 times their hourly billing rate. Expert Witness Time: Expert witness deposition and testimony will be charged at 2 times hourly rates listed on the previous pages, with a minimum charge of four hours per day. Minimum Field Hourly Charges: For Field Technicians,Special Inspectors or any on-site (field) materials testingservices will be charged for worked hours in 2, 4, 6 and8 hour increments. Outside Direct Costs: Heavy equipment, subcontractor fees and expenses, project-specific permits and/or licenses, project-specific supplemental insurance, travel, subsistence, project-specific parking charges, shipping, reproduction, and other reimbursable expenses will be invoiced at cost plus 10%, unless billed directly to and paid by client. Insurance & Limitation of Liability: These rates are predicated on standard insurance coverage. Invoicing: Invoices are rendered monthly, payable upon receipt in United States dollars. Client Disclosures: Client agrees to provide all information in Client’s possession about actual or possible presence of buried utilities and hazardous materials on the project site, prior to fieldwork, and agrees to reimburse Leighton for all costs related to unanticipated discovery of utilities and/or hazardous materials. Client is also responsible for providing safe and legal access to the project site for all Leighton field personnel. Earth Material Samples: Quoted testing unit rates are for soil and/or rock (earth) samples free of hazardous materials. Additional costs will accrue beyond these standard testing unit rates for handling, testing and/or disposing of soil and/or rock containing hazardous materials. Hazardous materials will be returned to the site or the site owner’s designated representative at additional cost not included in listed unit rates. Standard turn-around time for geotechnical-laboratory test results is 10 working days. Samples will be stored for 2 months, after which they will be discarded. Prior documented notification is required if samples need to be stored for a longer time. A monthly storage fee of $10 per bag and $5 per sleeve or tube will be applied. Quoted unit rates are only for earth materials sampled in the United States. There may be additional cost for handling imported samples. Construction Material Samples: After all designated28-day breaks for a given sample set meet specified compressive or other client-designated strength, all “hold” cylinders or specimens will be automatically disposed of, unless specified in writing prior to the 28-day break. All other construction materials will be disposed of after completion of testing and reporting PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 SCHEDULE B Standard Rate Schedule Division Description Rate/Hour Civil Project Manager $165 Project Engineer- Senior $155 Project Engineer- Staff $130 Project Engineer- Junior $95 Engineering Technician $85 Civil Designer $110 CAD Technician $80 Resident Construction Engineer $155 Survey Survey Office Calculations $110 Survey Crew and Equipment $170 Architecture Project Manager $165 Project Architect- Senior $155 Project Architect- Staff $130 Architectural Designer $95 Architectural Technician $80 Environmental Certified Industrial Hygienist $165 Project Manager $165 Project Engineer- Senior $155 Project Engineer- Staff $130 Project Engineer- Junior $95 Geologist- Senior $155 Geologist- Staff $130 Geologist- Junior $95 Environmental Professional/Scientist $105 Environmental Technician $85 Geotechnical Project Manager $165 Lab Manager $105 Lab/Field Technician III $76 Lab/Field Technician II $60 Lab/Field Technician I $50 Drill Crew and Equipment $195 Inspections Inspector/Assessor- Senior $110 Inspector/Assessor- Junior $85 Construction Project Manager $165 Site Superintendent $110 Quality Control Manager/SSHO $110 Administration Contracts Manager $155 Office Manager $110 Administrative Assistant $60 Updated 2020 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Service Unit Price Minimum Half‐Day Rate (up to 4 Hours) CME 75, minimum drill site charge, including mobilization, up to 4 hours  $       1,600.00  CME 75, minimum drill site charge, including mobilization, up to 4 hours, with prevailing wages  $       2,200.00  CME 95, minimum drill site charge, including mobilization, up to 4 hours  $       1,700.00  CME 95, minimum drill site charge, including mobilization, up to 4 hours, with prevailing wages  $       2,500.00  Day Rates CME 75, day rate drill site charge, including mobilization, up to 8 hours  $       2,400.00  CME 75, day rate drill site charge, including mobilization, up to 8 hours, with prevailing wages  $       3,200.00  CME 95, day rate drill site charge, including mobilization, up to 8 hours  $       2,800.00  CME 95, day rate drill site charge, including mobilization, up to 8 hours, with prevailing wages  $       3,600.00  Limted Access Rig (LAR), day rate drill site charge, including mobilization, up to 8 hours  $       2,500.00  Limted Access Rig (LAR), day rate drill site charge, including mobilization, up to 8 hours, with PW  $       3,300.00  Mobilization Fees Mobilization to San Diego, Riverside and SB county sites (up to 1 hour from Escondido, CA) $          500.00  Hollow Stem Auger (HSA) Drilling Footage Rates for Permitted or Non‐permitted Soil Borings (SB)  HSA 0'‐30' for SB's, including grout and surface restoration  $             35.00  HSA 31'‐50' for SB's, including grout and surface restoration  $             35.00  HSA 51'‐100' for SB's, including grout and surface restoration  $             50.00  Geotechnical Drilling for permitted PVC Wells HSA 0'‐30' for 2" MW, including casing, 15' of screen and all annular materials  $             50.00  HSA 0'‐30' for 4" MW  $             60.00  HSA 31'‐50' for 2" MW  $             50.00  HSA 31'‐50' for 4" MW  $             60.00  HSA 51'‐100' for 2" MW  Call for quote  HSA 51'‐100' for 4" MW  Call for quote  Brass Ring/SS for CA Modified (CANNISTER QTY) $               3.00  Environmental SS Sample Liners‐EACH  $               5.00  Surface Completions, in asphalt or soil (3 foot concrete pad) $          600.00  Air Rotary Drilling or Coring  Call for quote  Extra Personnel (3rd man) Hourly Rate (non‐prevailing wage) $             60.00  Air Rotary Drilling or Coring Concrete Cutting or coring for up to 3 foot diameter Well Pads, up to 6" thick concrete, first hole  $          400.00  Additional holes or cuts  $          200.00  Well Destruction 2 inch PVC  Call for quote  4 inch PVC  Call for quote  Additional Vehicles  Support Truck (day rate) $          250.00  Support Truck with Lift Gate (day rate) $          500.00  Self Contained Decontamination Trailer (day rate) $          450.00  Materials Bag of Portland Cement  $             20.00  Bag of Bentonite Chips  $             20.00  Bag of Bentonite Grout  $             25.00  Bag of Concrete  $             12.00  Bag of Rapidset  $             25.00  Bucket of Aquaphalt  $             55.00  55 Gallon Drum  $             65.00  Baja Exploration Fee Schedule Phone ‐ (760) 743‐7678 • Fax ‐ (760) 737‐6044 • Email ‐ dbhogan@bajadrilling.com • C57 License# 804318 6/8/2020 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Services Price List Cut 'N Core, Inc. • 9194 Chesapeake Drive, San Diego, CA. 92123 • Phone: 858.560.6627 • Fax: 858.560.1841 Service Type Description Hourly Rate Minimum Note Flatsaw 44HP Gas Saw 1"-7"$145.00 2 Hours Portal to Portal Flatsaw 60HP $208.00 2 Hours Portal to Portal Flatsaw Green Cutting $150.00 2 Hours Portal to Portal Flatsaw Loop Cutting $150.00 2 Hours Portal to Portal Flatsaw Electric Hi -Cycle $160.00 2 Hours Portal to Portal Flatsaw Electric Saw (Bull)$178.00 2 Hours Portal to Portal Handsaw Electric Hi-Cycle $150.00 2 Hours Portal to Portal Handsaw Handsaw- Skillsaw 2.5" Deep $150.00 2 Hours Portal to Portal Handsaw Handsaw- Gas Saw 4.5"$150.00 2 Hours Portal to Portal Handsaw Hand Held Core Drill $150.00 2 Hours Portal to Portal Chainsaw Gas Powered Chainsaw $176.00 2 Hours Portal to Portal Core Drill Core Drilling- 1"- 10"$150.00 2 Hours Portal to Portal Core Drill Core Drilling- 4 Speed 11"- 24"$190.00 2 Hours Portal to Portal Disposal Wastewater Disposal $73.00 Barrel Loader Skid Steer Loader $155.00 3 Hours Breaker Skid Steer Hydraulic Breaker $168.00 2 Hours Skid Steer Track Skid Steer $155.00 3 Hours Mini Excavator 303 Mini, 303.5 Mini, 305 Mini Excavator $155.00 3 Hours Backhoe CAT 430F, CAT 430E Backhoe $145.00 4 Hours Backhoe w/ Breaker CAT 430F, CAT 430E Backhoe w/ Breaker $223.00 2 Hours Compaction Wheel Shaker Head/Compaction Wheel $288.00 Per Day Move On/Off Move-On/Move-Off Backhoe $195.00 Each Move On and Off Truck Labor Truck and Tools $130.00 2 Hours Portal to Portal Compressor 1 Man Compressor w/ Air Tools $175.00 2 Hours Compressor 2 Man Compressor w/ Air Tools $275.00 2 Hours Laborer Laborer $105.00 2 Hours Bobcat Bobcat w/ Grinder Attachment/ Sweeper $200.00 4 Hours Move On/Off Move-On/Move-Off Bobcat w/ attachments $195.00 Each Move On and Off Water Wagon Water Wagon Rental $250.00 Per Day Delivery/Pickup Water Wagon Delivery and Pickup $130.00 Each Way Delivery and Pickup Overtime Time and a Half $30.00 Per Hour Double Time Double Time $45.00 Per Hour ** Prices Effective July 1, 2019 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 2/28/2020 TAT (bus. days) Unit Price ($) Volatile Organics by GC/MS EPA 8260B Soil/Aqueous 5 70 BTEX & Fuel Oxygenates by GC/MS EPA 8260B Soil/Aqueous 5 40 TPH by GC/FID Gasoline Range EPA 8015B Soil/Aqueous 5 25 TPH by GC/FID Diesel Range EPA 8015B Soil/Aqueous 5 37 TPH by GC/FID Motor Oil Range EPA 8015B Soil/Aqueous 5 35 TPH Carbon Chain C6 to C44 EPA 8015B Soil/Aqueous 5 45 TPH by GC/FID DRO & MOR (quantitated against Diesel Standard)EPA 8015B Soil/Aqueous 5 38 Semivolatile Organics by GC/MS EPA 8270C Soil/Aqueous 10 135 Polynuclear Aromatic Hydrocarbons by HPLC EPA 8310 Soil/Aqueous 10 95 Polynuclear Aromatic Hydrocarbons by GC/MS SIM EPA 8270C-SIM Soil/Aqueous 10 90 Organochlorine Pesticides by GC EPA 8081A Soil/Aqueous 5 75 Organochlorine Herbicides by GC EPA 8151A Soil/Aqueous 10 195 Polychlorinated Biphenyls (PCBs) by GC/ECD EPA 8082 Soil/Aqueous 5 55 1,4-Dioxane by GC/MS-SIM ID EPA 8270C-SIM ID Soil/Aqueous 10 95 1,2,3-Trichloropropane (TCP) EPA 8260B Soil/Aqueous 5 80 1,2,3-Trichloropropane (TCP) EPA 524.2 SRL Aqueous 5 80 N-Nitrosodimethylamine (NDMA)EPA 1625CM Aqueous 10 125 N-Nitrosodimethylamine (NDMA)EPA 8270C SIM Soil/Aqueous 10 125 CCR Title 22 Metals by ICP EPA 6010/7000S Soil/Aqueous 5 70 CCR Title 22 Metals by ICP/MS EPA 6020/7000S Soil/Aqueous 5 70 Metals by ICP, each EPA 6010B Soil/Aqueous 5 15 Metals by ICP/MS, each EPA 6020 Soil/Aqueous 5 17 Chromium, Hexavalent by Colorimetric EPA 7196A Soil/Aqueous 5 40 Chromium, Hexavalent by IC EPA 7199 Soil/Aqueous 5 65 Chromium, Hexavalent by IC EPA 218.6 Soil/Aqueous 5 70 Mercury EPA 7470A/7471 Soil/Aqueous 5 22 Ferrous Iron SM 3500FeD Aqueous 5 35 Alkalinity (as CaCO3) SM 2320 B Aqueous 5 12 Anions by IC (Cl,F,Br,NO2,NO3,PO4,SO4) each EPA 300.0 Aqueous 5 15 Anions Scan by IC (Cl,F,Br,NO2,NO3,PO4,SO4) EPA 300.0 Aqueous 5 50 Bicarbonate Alkalinity SM 2320 B Aqueous 5 12 Biochemical Oxygen Demand (BOD) SM 5210 B Aqueous 5 50 Carbon Dioxide RSK 175 Aqueous 5 65 Carbonate Alkalinity SM 2320 B Aqueous 5 12 Chemical Oxygen Demand (COD) SM5220D Aqueous 5 25 Chlorine, Residual SM 4500 Cl F Aqueous 5 20 COD (Chemical Oxygen Demand) EPA 410.4 Aqueous 5 20 Conductivity SM 2510 B Aqueous 5 7 Dissolved Oxygen SM 4500 O G Aqueous 5 75 Ethane, Ethene, & Methane RSK 175 Aqueous 5 75 Fluoride General EPA 300.0 Aqueous 5 15 Hardness, as CaCO3 SM 2340 C Aqueous 5 15 MBAS (Surfactants) SM 5540 C Aqueous 5 40 Parameter Method Matrix 7440 Lincoln Way Garden Grove CA 92814 www.EurofinsUS.com/Calscience 714 895-5494 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 2/28/2020 Nitrate Nitrogen EPA 300.0 Aqueous 5 15 TAT (bus. days) Unit Price ($) Nitrate/Nitrite Nitrogen EPA 300.0 Aqueous 5 20 Nitrite Nitrogen EPA 300.0 Aqueous 5 15 Nitrogen, Ammonia EPA 350.2/350.3/SM 4500 B/C/F Aqueous 5 50 Nitrogen, Total Kjeldahl (TKN) SN 4500 N Org B Aqueous 5 50 Oil & Grease, Total (HEM.) EPA 1664A Aqueous 5 50 Percent Moisture ASTM D2216 Soil 5 12 Perchlorate EPA 314.0 Aqueous 5 35 Perchlorate EPA 314.0 Soil 5 60 Perchlorate EPA 6850/331.0 Soil/Aqueous 10 135 pH SM 4500 H+B/9045D Aqueous 5 7 Phosphate, ortho- SM 4500 P B/E Aqueous 5 25 Phosphate, ortho- EPA 365.1 Aqueous 5 45 Phosphate, Total SM 4500 P B/E Aqueous 5 25 Phosphate, Total EPA 365.1 Aqueous 5 30 Salinity SM 2520B Aqueous 5 30 Sieve Analysis ASTM D422 Soil 5 75 Solids, Settleable SM 2540 F Aqueous 5 12 Solids, Total Dissolved SM 2540 C Aqueous 5 12 Solids, Total Suspended SM 2540 D Aqueous 5 12 Sulfate EPA 300.0 Aqueous 5 15 Sulfide SM 4500 S2 D Aqueous 5 20 Sulfide, Dissolved SM 4500 S2 D Aqueous 5 20 Sulfide, Reactive SW846 Ch.7 1 Soil/Aqueous 5 20 Sulfite SM 4500 SO3 Aqueous 5 35 Total Dissolved Solids (TDS) SM 2540 C Aqueous 5 12 Total Inorganic Carbon EPA 415.1/SM 5310 D Aqueous 5 40 Total Organic Carbon EPA 415.1/SM 5310 D Aqueous 5 30 Total Organic Carbon EPA 9060A Soil 5 70 Total Recoverable Petroleum Hydrocarbons by IR EPA 418.1 Soil/Aqueous 5 40 Turbidity SM 2130 B Aqueous 5 12 Ignitability EPA 1010 Soil/Aqueous 5 30 Corrosivity as pH EPA 9040/9045 Soil/Aqueous 5 7 Reactive Sulfides/Cyanides EPA SW-846 Soil/Aqueous 5 25 TCLP Extraction-Zero Headspace Extraction EPA 1311 Soil/Aqueous 5 90 TCLP Extraction EPA 1311 Soil/Aqueous 5 30 STLC Extraction CCR Title 22 Soil/Aqueous 5 30 TAT (bus. days) Unit Price ($) Parameter Method Matrix Parameter Method Matrix 7440 Lincoln Way Garden Grove CA 92814 www.EurofinsUS.com/Calscience 714 895-5494 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 2/28/2020 Toxic Organic Compounds by GC/MS SCAN EPA TO-15 - SCAN Air 5 125 Toxic Organic Compounds by GC/MS SIM EPA TO-15 - SIM Air 10 175 TPH as Gasoline EPA TO-3 Air 10 50 Fixed Gases Inorganics Includes: Oxygen, Nitrogen, Carbon Monoxide, & Carbon Dioxide.ASTM D1946 Air 5 75 Summa Canister Rental (One-liter or six-liter, batch certificatio)30 Summa Canister Rental (SIM or Individual certification)75 Flow Controller Rental (Soil gas, batch certification)15 Flow Controller Rental (Indoor Air or Ambient Air, batch certification)25 Flow Controller Rental (Indoor Air or Ambient Air, SIM certification)50 Tedlar bags, one liter (purchase)25 EnCore sampler (price is for each sampler, need 3 for any VOC test, 5 if VOCs + TPHg)8 5035 Prep Fee for samples submitted in EnCore samplers 10 5035 Field Sampling Kit for VOCs (3 vials)14 5035 Field Sampling Kit for VOCs (5 vials)25 Notes: Discount from Standard Fee Schedule (for methods not listed above): 20% Surcharge for Data Packages: Level III +10%, Level IV +15% Rush surcharges: 24-hrs 100% (2.0 multiplier), 48-hrs 50% (1.5 multiplier), 3 days 25% (1.25 multiplier), 4 days 15% (1.15 multiplier) Project Specific Quotes Available Standard TAT for Level II reports & EDD is 5-10 days per TAT noted above; Standard TAT for Level III/IV Data packages, if requested, is 15 working days 7440 Lincoln Way Garden Grove CA 92814 www.EurofinsUS.com/Calscience 714 895-5494 PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 FEE SCHEDULE KEHOE TESTING & ENGINEERING 5415 Industrial Drive * Huntington Beach, CA 92649-1518 * (714) 901-7270 ofc * (714) 901-7289 fax * www.kehoetesting.com CONE PENETRATION TESTING (CPT) SERVICES/PRICING (portal to portal*): CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig 280.00/hr CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Overtime)320.00/hr CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Double time)360.00/hr Minimum Call Out for CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (4 hrs or less) 1,500.00/day CPT SERVICES/PRICING INCL. PREVAILING WAGE (portal to portal*): CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig 420.00/hr CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Overtime)480.00/hr CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Double time)540.00/hr Minimum Call Out for CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (4 hrs or less) 2,000.00/day SOIL, GROUNDWATER, VAPOR SAMPLING SERVICES/PRICING (portal to portal*): Direct Push, Limited or Track Rig 180.00/hr Direct Push, Limited or Track Rig (Overtime)220.00/hr Direct Push, Limited or Track Rig (Double time)260.00/hr Minimum Call Out for Direct Push, Limited or Track Rig (4 hrs or less)900.00/day SOIL, GROUNDWATER, VAPOR SAMPLING INCL. PREVAILING WAGE (portal to portal*): Direct Push, Limited or Track Rig 300.00/hr Direct Push, Limited or Track Rig (Overtime)360.00/hr Direct Push, Limited or Track Rig (Double time)420.00/hr Minimum Call Out for Direct Push, Limited or Track Rig (4 hrs or less)1,300.00/day OTHER SERVICES/PRICING: Seismic Shear Wave Measurements w/ CPT Rig 30.00/ea Pore Pressure Dissipation Testing w/ CPT Rig (no charge w/ daily rate)no charge Pore Pressure Dissipation Testing w/ CPT Rig (no charge w/ daily rate, incl. Prevailing Wage)no charge Concrete Coring (up to 8” thick)150.00/core Per Diem/Two Man 400.00/nt Cancellation Fee (less than 24 hrs notice given)300.00/ea MATERIALS: Acetate Liners (1” dia x 2’ length)3.00/ea Acetate Liners (1 ¾” dia x 4’ length)4.50/ea PVC Blank (3/4” or 1” dia), Flush Threaded 3.50/ft PVC Screen (3/4” or 1” dia), Flush Threaded 4.00/ft PVC Caps 1.00/ea Bentonite Granules / Portland Cement / Concrete / Sand / Asphalt Patch 15.00/ea Bentonite Grout 30.00/ea Waste Drum (55 gallon)50.00/ea Polyethylene Tubing for Groundwater (3/8” dia) & Vapor Sampling (1/4” dia).25/ft Nylon (NylaFlow) Tubing for Vapor Sampling (1/4” dia).75/ft Teflon Tubing for Vapor Sampling (1/4” dia)2.00/ft Vapor Valves 3.25/ea Vapor Filter/Implant (1/4” Polypropolene)2.00/ea Disposable Steel Tips for Groundwater Sampling / Vapor Sampling 10.00/ea Other Materials (cost + 15%) * Portal to portal time includes travel time & loading/unloading equipment. It is also included in total hours estimated. ** All unit prices are subject to change. Must call for an estimate based on a specific scope of work. (Rev.02/11/20-1) PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 Office: (760) 476-0492 Fax: (760) 476-0493 Billing Unit Non- Prevailing Wage1 Prevailing Wage1 Hourly 280.00$ 325.00$ Hourly 325.00$ 430.00$ Hourly 120.00$ 120.00$ Hourly 210.00$ 250.00$ Billing Unit Amount Amount Daily 280.00$ 280.00$ Daily 400.00$ 400.00$ Daily 240.00$ 240.00$ Hourly 176.00$ 175.00$ Hourly 225.00$ 225.00$ Hourly 150.00$ 150.00$ Lump Sum 25% Increase 25% Increase Lump Sum 25% Increase 25% Increase Hourly 60.00$ 60.00$ Night/person $140.00 $140.00 Per Line 100.00$ 100.00$ Per Diem (Only charged for out of town projecgs) Mobilizations Outside Service Area (Driving) Basic Geophysical Surveying4 Advanced Geophysical Surveying4 Blast/Vibration Monitoring/Rebar/PT Surveying4 SubSurface Surveys & Associates, Inc. Geophysical Services *Basic geophysical surveying includes: borehole clearance, utility locating, abandoned oil well and UST detection and locating, Ground Penetrating Radar, Electro-Magnetic, Magnetic and VLF surveys, soil resistivity surveys using the Wenner four electrode array. **Advanced geophysical surveying includes: seismic surveys (refraction and reflection, surface, down-hole, and cross-hole), Electrical Resistivity Imaging Surveys using the STING. Mobilizations Within Service Area Other Costs Basic Geophysical Surveying4 Advanced Geophysical Surveying4 Blast/Vibration Monitoring/Rebar/PT Surveying4 1All costs are a turnkey rate, including a professional report with appropriate graphics 2Nighttime rates will be applied to all field hours and mobilization rates during the times of 6:00pm to 6:00am. 3Overtime rates will be applied to all field hours in excess of 8 field hours worked in any one day. 4Mobilization to project sites located within 2 hours of Carlsbad, CA Rebar/Post-Tension Delineation (Cost of Crew) 2020 Fee Schedule 2075 Corte Del Nogal, Suite W | Carlsbad, California 92011 Presite Visits Seismic Tomography Processing Description Basic Geophysical Surveying* (Cost of Crew) Advanced Geophysical Surveying** (Cost of Crew) Vibration/Blast Monitoring (Cost of Crew) Description Weekend, Nighttime2 Overtime3 Footnotes (Geophysical/Utility Locating Services) PSA21-1216CMI - Task No. 1 Appendix "B" (continued) DocuSign Envelope ID: F9A7C171-8094-492C-A425-B53F4C96B2F6 INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Lexington Insurance Company Travelers Indemnity Co of CT 8/05/2020 McGriff Insurance Services 2400 E Katella Ave Suite 1100 Anaheim, CA 92806 714 941-2800 Lori McNay 714 941-2815 LMcNay@mcgriffinsurance.com Leighton Consulting Inc 17781 Cowan Ste. 100 Irvine, CA 92614-6009 SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) attached to policy. Waiver of Subrogation applies on General Liability as contained within Lexington's Waiver of Subrogation (Blanket)endorsement LX0485 11/03 attached to the General Liability policy as required by written contract. Notification of cancellation will be provided in accordance with the terms and conditions of the referenced policies, as contained within the attached carrier endorsement forms. 2 of 2 #S26290793/M25210646 INSR ADDLSUBRLTRINSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLYHIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Lexington Insurance Company Travelers Indemnity Co of CT 8/05/2020 McGriff Insurance Services 2400 E Katella Ave Suite 1100 Anaheim, CA 92806 714 941-2800 Lori McNay 714 941-2815 LMcNay@mcgriffinsurance.com Leighton Consulting Inc 17781 Cowan Ste. 100 Irvine, CA 92614-6009 SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) by written contract. Primary wording applies to General Liability per Lexington's endorsement LX9838 08/05 attached to policy. Waiver of Subrogation applies on General Liability as contained within Lexington's Waiver of Subrogation (Blanket)endorsement LX0485 11/03 attached to the General Liability policy as required by written contract. Notification of cancellation will be provided in accordance with the terms and conditions of the referenced policies, as contained within the attached carrier endorsement forms. 2 of 2 #S26290800/M25210646 ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 # 021 Forms a part of policy no.: 065463440 Issued to: LEIGHTON GROUP, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following: COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) AS REQUIRED BY WRITTEN CONTRACT (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 1 of 2 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations All other terms and conditions of the policy remain the same. Authorized Representative LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 2 of 2 POLICYNUMBER: 065463440 ENDORSEMENT COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A.Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of yourongoing operations performed for that insured. B.With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2.ExclusionsThis insurance does not apply to "bodily injury" or "property damage" occurring after: (1)All work, including materials, parts or equipment furnished in connection withsuch work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed;or (2)That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than anothercontractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ISO Properties, Inc., 2000 Page 1 of 1 LX9605 #$## ),*+50.10-4     3/.(0/' "       2( !  ( &( %'%# '!'#$#             '     %     5!     4                        "!          "!                   02/14/2020 065463440 Leighton Consulting Inc $ %$!$         /+*),+(! #       .) "  ) ') "!(-  & "'$ %$!$                          (     &     1"     0                                                   !                                    02/14/2020 065463440 Leighton Consulting Inc (!) ("(!     732-43," '       6- %  - +- ,%( '+ &,% ! 9+#,!$(8             #( **2109335418 #40./ ,      *     9%     8                                                                                           02/14/2020 065463440 Leighton Consulting Inc ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 # 021 Forms a part of policy no.: 065463440 Issued to: LEIGHTON GROUP, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following: COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) AS REQUIRED BY WRITTEN CONTRACT (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 1 of 2 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations All other terms and conditions of the policy remain the same. Authorized Representative LX4316 (06/14) Includes Copyrighted Information of the Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 2 of 2 POLICYNUMBER: 065463440 ENDORSEMENT COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 ISO Properties, Inc., 2000 Page 1 of 1 LX9605 #$## ),*+50.10-4     3/.(0/' "       2( !  ( &( %'%# '!'#$#             '     %     5!     4                        "!          "!                   02/14/2020 065463440 Leighton Consulting Inc $ %$!$         /+*),+(! #       .) "  ) ') "!(-  & "'$ %$!$                          (     &     1"     0                                                   !                                    02/14/2020 065463440 Leighton Consulting Inc (!) ("(!     732-43," '       6- %  - +- ,%( '+ &,% ! 9+#,!$(8             #( **2109335418 #40./ ,      *     9%     8                                                                                           02/14/2020 065463440 Leighton Consulting Inc 08/04/2020 Tutton Insurance Services 2913 S Pullman Street License #0B89376 Santa Ana CA 92705 Certificate Department (949) 261-5335 (949) 261-1911 Bernadette Reza or Catlin Ortiz Leighton Consulting, Inc. 17781 Cowan Ste. 200 Irvine CA 92614 West American Insurance 44393 19-20 WC Consulting A N XWW60245009 09/01/2019 09/01/2020 1,000,000 1,000,000 1,000,000 RE: Project #12939.000 CMWD/as-needed materials testing, various locationsWorkers' Compensation Waiver of Subrogation per WC990679.0113 Carlsbad Municipal Water District 1635 Faraday Ave Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERALAGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'LAGGREGATE LIMITAPPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 08/04/2020 Tutton Insurance Services 2913 S Pullman Street License #0B89376 Santa Ana CA 92705 Certificate Department (949) 261-5335 (949) 261-1911 Bernadette Reza or Catlin Ortiz Leighton Consulting, Inc. 17781 Cowan Ste. 200 Irvine CA 92614 West American Insurance 44393 19-20 WC Consulting A N XWW60245009 09/01/2019 09/01/2020 1,000,000 1,000,000 1,000,000 RE: Project #12840.000 City of Carlsbad/as needed material testing, various locations Workers' Compensation Waiver of Subrogation per WC990679.0113 City of Carlsbad 1635 Faraday Ave Carlsbad CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBRWVDADDLINSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?(Mandatory in NH) DESCRIPTION OF OPERATIONS belowIf yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERALAGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCEDAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'LAGGREGATE LIMITAPPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI MASTER AGREEMENT FOR AS NEEDED MATERIALS TESTING SERVICES LEIGHTON CONSULTING, INC. THIS AGREEMENT is made and entered into as of the 18th day of August , 2020, by and between Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as "CMWD", and LEIGHTON CONSULTING, INC., a California corporation, hereinafter referred to as "Contractor." RECITALS A. CMWD requires the professional services of an engineering firm that is experienced in materials testing services. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to as needed materials testing services. D. Contractor has submitted a proposal to CMWD under Request for Qualifications (RFQ) 20-1030CMI and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from date written above. The Executive Manager of CMWD ("Executive Manager") may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by CMWD and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Executive Manager (or designee) or General Manager of CMWD as authorized by the 1 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Executive Manager ("General Manager"). The Executive Manager (or designee) or General Manager will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by CMWD inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed Six Hundred Thousand Dollars ($600,000) per Agreement year. If CMWD extends the Agreement pursuant to Section 3, the costs of services may increase by a maximum of 2%, if agreed to by both parties. Contractor shall not receive annual adjustments to Contractor's Schedule of Rates specified in Exhibit "A". Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, CMWD shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for CMWD, the Executive Manager (or designee) or General Manager, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 2 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the CMWD and the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the CMWD's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VI I"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager for CMWD approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for CMWD). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 3 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. In the case of non-payment of premium to the Broker, the Contractor shall provide ten (10) days' written notice to the City/CMWD. 10.3 Providing Certificates of Insurance, Endorsements and Waiver of Subrogation. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance, endorsements and waiver of subrogation endorsement to CMWD/City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this 4 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authdrized to give written notice or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement are: For CMWD/City: For Contractor: Name Title Dept Address Phone Jennifer Chapman Name William "Dave" Olson Contract Administrator Title Project Manager Public Works Address 17781 Cowan CITY OF CARLSBAD 1635 Faraday Avenue Phone Irvine, CA 92614 858-300-8491 Carlsbad, CA 92008 Email dolson@leightongroup.com 760-602-2735 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes Z No LI 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both 5 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD at the address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to CMWD must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right 6 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 11/ III III /// III III III 7 General Counsel Approved Version 6/12/18 CELIA A. BREWER, General Counsel BY: ssist t General Counsel By: (sign here) DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this 31st day of August , 2020. CONTRACTOR LEIGHTON CONSULTING, INC., a California corporation By: 20"1.4 a. veax (sign here) Joseph Dean, Secretary CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad Matt Hall, President By: (print name/title) ATTEST: 7- Z72- Na4.,,Te for Barbara EnglesoeSecretary Thomas C. Benson, Jr., President / CEO (print name/title) Proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: 8 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI EXHIBIT "A" SCOPE OF SERVICES Contractor shall perform as-needed materials testing services in accordance with the city's Request for Qualifications (RFQ20-1030CMI) with Fee Proposal dated June 12, 2020. The agreed upon billing rates for services outlined in said proposal are attached hereto. For field services, the client will be charged for the hours actually worked in 2, 4, 6 and 8 hour increments. If the use of subcontractors is approved by the city, they shall be billed at cost plus no more than 10%. 9 General Counsel Approved Version 6/12/18 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI 40#41P Exhibit "A" (continued) 11.9 CARLSBAD PROFESSIONAL FEE SCHEDULE Leighton CLASSIFICATION $/HR CLASSIFICATION $11-11R Technician I 78 Project Administrator/Word Processor/Dispatcher 72 Technician Ill Special Inspector 89 Information Specialist 99 Senior Technician / Senior Special Inspector 99 CAD Operator 113 Prevailing Wage (field soils / materials tester) * 134 GIS Specialist 126 Prevailing Wage (Special Inspector) * 134 GIS Analyst 149 Prevailing Wage (Source Inspector, NOT and soil remediation O&M)* 139 Staff Engineer / Geologist / Scientist 105 System Operation & Maintenance (O&M) Specialist 129 Senior Staff Engineer / Geologist! Scientist / ASMR 120 Non Destructive Testing (NDT) 139 Operations / Laboratory Manager 162 Deputy Inspector 99 Project Engineer / Geologist / Scientist 167 Field / Laboratory Supervisor 132 Senior Project Engineer / Geologist / Scientist / SMR 185 Source Inspector 122 Associate 203 City of Los Angeles Deputy Building (including Grading) Inspector 140 Principal 221 * See Prevailing Wages in Terms and Conditions GEOTECHNICAL LABORATORY TESTING METHOD $1TEST METHOD 5/TEST CLASSIFICATION & INDEX PROPERTIES Photograph of sample Moisture content (ASTM D2216) 10 20 California Bearing Ratio (CBR, ASTM 01883) —3 point - 3 point - 1 point R-Value (AASHTO T190/ASTM D2844/CTM 301) untreated 500 185 310 Moisture & density (ASTM D2937) ring samples 30 soils/aggregates Moisture & density (ASTM D2937) Shelby tube or cutting 40 R-Value (AASHTO T190/ASTM D2844/CTM 301) lime or cement 340 Atterberg limits (ASTM D4318) 3 points: 150 treated soils/aggregates - Single point, non-plastic 85 - Atterberg limits (organic ASTM D2487 / D4318) 180 SOIL CHEMISTRY & CORROSIVITY - Visual classification as non-plastic (ASTM D2488) 10 pH Method A (ASTM D4972 or CTM 643) 45 Particle size: Electrical resistivity — single point — as received moisture 45 - Sieve only 1Y2 inch to #200 (AASHTO T27/ASTM C136/ASTM D6913/CTM 2021 135 Minimum resistivity 3 moisture content points (ASTM G187/CTM 643) 90 - Large sieve 6 inch to #200 (AASHTO T27/ASTM C136/ASTM D6913/CTM 2021 175 pH + minimum resistivity (CTM 643) 130 - Hydrometer only (ASTM D7928) 110 Sulfate content - gravimetric (CTM 417 B Part 2) 70 - Sieve + hydrometer (3 inch sieve, ASTM 7928) 185 Sulfate content - by ion chromatograph (CTM 417 Part 2) 80 - Percent passing #200 sieve, wash only (ASTM D1140) 70 Sulfate screen (Hach®) 30 Specific gravity and absorption of fine aggregate (AASHTO 125 Chloride content (AASHTO T291/CTM 422) 70 T84/ASTM C128/ASTM D854/CTM 207) Chloride content — by ion chromatograph (AASHTO T291/CTM 422) 80 Specific gravity and absorption of coarse aggregate (AASHTO 100 Corrosion suite: minimum resistivity, sulfate, chloride, pH (CTM 643) 265 T85/ASTM C127/CTM 206) Organic matter content (ASTM D2974) 65 - Total porosity - on Shelby tube sample (calculated) - Total porosity - on other sample (calculated) 165 155 SHEAR STRENGTH Shrinkage limits (wax method, ASTM D4943) 126 Pocket penetrometer 15 Pinhole dispersion (ASTM D4647) 210 Direct shear (ASTM D3080, mod., 3 points): Dispersive characteristics (double hydrometer ASTM D4221) As-received moisture & density (chunk/carved samples) 90 60 Consolidated undrained - 0.05 inch/min (CU) Consolidated drained - <0.05 inch/min (CD) 285 345 Sand Equivalent (SE, AASHTO T176/ASTM D2419/CTM 217) 105 Residual shear EM 1110-2-1906-IM (price per each additional pass after shear) Remolding or hand trimming of specimens (3 points) 50 90 COMPACTION & PAVEMENT SUBGRADE TESTS Oriented or block hand trimming (per hour) 65 Standard Proctor compaction, (ASTM D698) 4 points: Single point shear 105 - 4 inch diameter mold (Methods A & B) 160 Torsional shear (ASTM D6467 / ASTM D7608) 820 - 6 inch diameter mold (Method C) 215 CONSOLIDATION & EXPANSION/SWELL TESTS Modified Proctor compaction (ASTM D1557) 4 points: - 4 inch diameter mold (Methods A & B) 220 Consolidation (ASTM 02435): 195 - 6 inch diameter mold (Method C) Check point (per point) Relative compaction of untreated/treated soils/aggregates (CTM 216) Relative density (0.1 ft mold, ASTM D4253, D4254) 245 65 250 235 Each additional time curve Each additional load/unload w/o time reading Expansion Index (El, ASTM D4829) Swell/collapse — Method A (ASTM D4546-A, up to 10 load/unloads w/o time curves) Single load swell/collapse - Method B (ASTM 04546-B, seat, load & inundate only) 45 40 130 290 105 www.leightongroup.com PAGE 1 of 4 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E99005FE METHOD $/TEST TRIAXIAL TESTS Unconfined compression strength of cohesive soil 135 (with stress/strain plot, ASTM D2166) Unconsolidated undrained triaxial compression test on cohesive soils 170 (UU, ASTM D2850, USACE Q test, per confining stress) Consolidated undrained triaxial compression test for cohesive soils, 375 (CU, ASTM D4767, USACE R-bar test) with back pressure saturation & pore water pressure measurement (per confining stress) Consolidated drained triaxial compression test (CD, USACE S test), with volume change measurement. Price per soil type below EM 1110-2-1906(X): - Sand or silty sand soils (per confining stress) 375 - Silt or clayey sand soils (per confining stress) 500 - Clay soils (per confining stress) 705 - Three-stage triaxial (sand or silty sand soils) 655 - Three-stage triaxial (silt or clayey sand soils) 875 - Three-stage triaxial (clay soils) 1,235 Remolding of test specimens 65 PSA21-1216CMI Exhibit "A" (continued) Leighton I Fee Schedule METHOD $fTEST HYDRAULIC CONDUCTIVITY TESTS Triaxial permeability in flexible-wall permeameter with backpressure 310 saturation at one effective stress (EPA 9100/ASTM D5084, falling head Method C): - Each additional effective stress 120 - Hand trimming of soil samples for horizontal K 60 Remolding of test specimens 65 Permeability of granular soils (ASTM D2434) 135 Soil suction (filter paper method, ASTM D5298) 400 SOIL-CEMENT Moisture-density curve for soil-cement mixtures (ASTM D558) 240 Wet-dry durability of soil-cement mixtures (ASTM D559) ' 1,205 Compressive strength of molded soil-cement cylinder (ASTM D1633)' 60 Soil-cement remolded specimen (for shear strength, consolidation, etc.) ' 235 Compaction (ASTM D558 maximum density) should also be performed — not included in above price CONSTRUCTION MATERIALS LABORATORY TESTING METHOD $/TEST CONCRETE STRENGTH CHARACTERISTICS METHOD $fTEST AGGREGATE PROPERTIES Concrete cylinders compression (ASTM C39) (6" x 12") 25 Bulk density and voids in aggregates (AASHTO T19/ASTM C29/ CTM 212) 50 Concrete cylinders compression (ASTM C39) (4" x 8") 22 Organic impurities in fine aggregate sand (AASHTO T21/ASTM C40/CTM 213) 60 Compression, concrete or masonry cores (testing only) inch (ASTM C42) 40 LA Rattler-smaller coarse aggregate <1.5" (AASHTO T96/ASTM C131/ 200 Trimming concrete cores (per core) Flexural strength of concrete (simple beam-3rd pt. loading, ASTM C78/CTM 523) 20 85 CTM 211) LA Rattler-larger coarse aggregate 1-3" (AASHTO T96/ASTM 0535/CTM 211) 250 Flexural strength of concrete (simple beam-center pt. loading, ASTM C293/CTM 523) 85 Apparent specific gravity of fine aggregate (MSHTO T84/ASTM C128/ CTM 208) 130 Non shrink grout cubes (2 inch, ASTM C109/C1107) 25 Clay lumps, friable particles (AASHTO 1112/ASTM C142) 175 Drying shrinkage - four readings, up to 90 days, 3 bars (ASTM 0157) Length of concrete cores (CTM 531) 400 40 Durability Index (AASHTO T210/ASTM D3744/CTM 229) Moisture content of aggregates by oven drying (MSHTO T255/ 200 40 HOT MIX ASPHALT (HMA) ASTM C566/CTM 226) Resistance of compacted HMA to moisture-induced damage (AASHTO T283/CTM 371) Hamburg Wheel, 4 briquettes (modified) (MSHTO T324) Superpave gyratory compaction (AASHTO T312/ASTM D6925) Extraction by ignition oven, percent asphalt (AASHTO T308/ASTM D6307/CTM 382) 2,100 900 350 150 Uncompacted void content of fine aggregate (MsidTo 1304/ ASTM C1252/ CTM 234) Percent of crushed particles (AASHTO T335/ASTM D5821/CTM 205) Flat & elongated particles in coarse aggregate (ASTM D4791/CTM 235) Cleanness value of coarse aggregate (CTM 227) Soundness, magnesium (AASHTO T104/ASTM C88/CTM 214) 130 135 215 210 225 Ignition oven correction/correlation values (MSHTO T308/ASTM 1,350 Soundness, sodium (AASHTO 1104/ASTM C88/CTM 214) 650 D6307/CTM 382) Extraction by centrifuge, percent asphalt (ASTM 02172) Gradation of extracted aggregate (AASHTO T30/ASTM D5444/CTM 202) Stabilometer, S-Value (ASTM 01560/CTM 366) Bituminous mixture preparation (AASHTO R30/CTM 304) 150 135 265 80 MASONRY Mortar cylinders (2" by 4", ASTM C780) Grout prisms (3" by 6", ASTM C1019) Masonry cores compression, 5_6" diameter (testing only, ASTM C42) 25 25 40 Moisture content of HMA (AASHTO T329/ASTM D6037/CTM 370) Bulk specific gravity of compacted HMA, molded specimen or 60 50 Masonry core-shear, Title 24 (test only) Veneer bond strength, cost for each (5 required, ASTM C482) 80 55 cores, uncoated (AASHTO T166/ASTM D2726/CTM 308) CMU compression to size 8" x 8" x 16" (3 required, ASTM C140) 45 Bulk specific gravity of compacted HMA, molded specimen or cores, paraffin-coated (AASHTO T275/ASTM D1188/CTM 308) 55 CMU moisture content, absorption & unit weight (6 required, ASTM C140) CMU linear drying shrinkage (ASTM C426) 40 175 Maximum density - Hveem (c-rm 308) 200 CMU grouted prisms (compression test 8" x 8" x 16", ASTM C1314) 180 Theoretical maximum density and specific gravity of HMA 130 CMU grouted prisms (compression test > 8" x 8" x 16", ASTM C1314) 250 (AASHTO 1209/ASTM D2041/CTM 309) BRICK Thickness or height of compacted bituminous paving mixture specimens (ASTM D3549) 40 Compression (cost for each, 5 required, ASTM C67) 40 Wet track abrasion of slurry seal (ASTM D3910) 150 Rubberized asphalt (add to above rates) + 25% www.leightongroup.com PAGE 2 of 4 DocuSign Envelope ID: 2E600ACB-D570-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) Leighton I Fee Schedule METHOD $/TEST METHOD VIEST REINFORCING STEEL SPRAY APPLIED FIREPROOFING Rebar tensile test up to s No. 10 bars (ASTM A370) 45 Unit weight (density, ASTM E605) 60 Rebar tensile test > No. 10 bars s No. 17 (ASTM A370) Rebar bend test, up to s No. 10 bars (ASTM A370) 100 45 BEARING PADS/PLATES AND JOINT SEAL Rebar bend test > No. 10 bars s No. 17 (ASTM A370) 150 Elastomeric bearing pads (Caltrans SS 51-3) 990 Epoxy coated rebar/dowel film thickness (coating) test (ASTM A775) 45 Elastomeric bearing pad with hardness and compression tests 1230 Epoxy coated rebar/dowel continuity (Holiday) test (ASTM A775) 65 (Caltrans SS 51-3) Epoxy coated rebar flexibility/bend test, up to No. 11 (ASTM A775) 55 Type A Joint Seals (Caltrans SS 51-2) 1620 Tensile strength, 5-100,000 pounds axial load (ASTM A370) 45 Type B Joint Seals (Caltrans SS 51-2) 1530 Prestressing wire, tension (ASTM A416) 150 Bearing plates (A536) 720 Sample preparation (cutting) 50 STREET LIGHTS/SIGNALS Resistance butt-welded hoops/bars, up to No. 10 (CTM 670) 180 100W HPS Lighting (Caltrans RSS 86) 1296 Post-tensioned bars (ASTM A772) 420 SAMPLE TRANSPORT $/TRIP Pick-up & delivery (weekdays, per trip, <50 mile radius from Leighton office) 90 EQUIPMENT, SUPPLIES & MATERIALS $1UNIT VUNIT 1/4 inch Grab plates 5 each Mileage (IRS Allowable) 0.58 mile 1/4 inch Tubing (bonded) 0.55 foot Moisture test kit (excludes labor to perform test, ASTM E1907) 60 test 1/4 inch Tubing (single) 0.35 foot Nuclear moisture and density gauge 88 day 3/8 inch Tubing, clear vinyl 0.55 foot Pachometer 25 day 4-Gas meter (RKI Eagle or similar)/GEM 2000 130 day Particulate Monitor 125 day Air flow meter and purge pump (200 cc/min) 50 day pH/Conductivity/Temperature meter 55 day Box of 24 soil drive-sample rings 120 box Photo-Ionization Detector (PID) 120 day Brass sample tubes 10 each Pump, Typhoon 2 or 4 stage 50 day Caution tape (1000-foot roll) 20 each QED bladder pump w/QED control box 160 day Combination lock or padlock 11 each Quire fee — Phase I only 200 each Compressed air tank and regulator 50 day Resistivity field meter & pins 50 day Concrete coring machine (s6-inch-dia) 150 day Slip / threaded cap, 2-inch or 4-inch diameter, PVC Schedule ao 15 each Consumables (gloves, rope, soap, tape, etc.) 35 day Slope inclinometer 200 day Core sample boxes 11 each Soil sampling T-handle (Encore) 10 day Crack monitor 25 each Soil sampling tripod 35 day Cutoff saws, reciprocating, electric (SawzallO) 75 day Stainless steel bailer 40 day Disposable bailers 12 each Submersible pump, 10 gpm, high powered Grundfos 2-inch 160 day Disposable bladders 10 each with controller Dissolved oxygen meter 45 day Submersible pump/transfer pump, 10-25 gpm 50 day DOT 55-gallon containment drum with lid 65 drum Support service truck usage (well installation, etc.) 200 day Double-ring infiltrometer 125 day Survey/fence stakes 8 each Dual-stage interface probe 80 day Tedlar0 bags 18 each Dynamic Cone Penetrometer 400 day Traffic cones (s25)/barricades (single lane) 50 day Generator, portable gasoline fueled, 3,500 watts 90 day Turbidity meter 70 day Global Positioning System/Laser Range Finder 80 day TyvekO suit (each) 18 each Hand auger set 90 day Vapor sampling box 55 day HDPE safety fence (sill° feet) 40 roll Vehicle usage (carrying equipment) 0 hour Horiba U-51 water quality meter 135 day VelociCalc 35 day Light tower (towable vertical mast) 150 day Visqueen (20 x 100 feet) 100 roll Magnehelic gauge 15 day Water level indicator (electronic well sounder) <300 feet 60 day Manometer 25 day deep well ZIPLEVELO 15 day Other specialized geotechnical and environmental testing & monitoring equipment are available, and priced per site www.leightongroup.com PAGE 3 of 4 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) Leighton Fee Schedule TERMS & CONDITIONS • Expiration: This fee schedule is effective through the term of this agreement. • Proposal Expiration: Proposals are valid for at least 30 days, subject to change after 30 days; unless otherwise stated in the attached proposal. • Prevailing Wages: Our fees for prevailing wage work are based upon California prevailing wage laws and wage determinations. Unless specifically indicated in our proposal, costs for apprentice are not included. If we are required to have an apprentice on your project, you will be notified and additional fees will be charged. • Overtime: Standard overtime rate is per California Labor Law and is billed at 1.5 or 2 times their hourly billing rate. Overtime rate for non-exempt field personnel working on a Leighton observed holiday is billed at 2 times their hourly billing rate. Overtime rate for Prevailing wage work is per the California Department of Industrial Relations (DIR) determination and is multiplied at 1.5 to 2 times their hourly billing rate. • Expert Witness Time: Expert witness deposition and testimony will be charged at 2 times hourly rates listed on the previous pages, with a minimum charge of four hours per day. ▪ Minimum Field Hourly Charges: For Field Technicians, Special Inspectors or any on-site (field) materials testing services will be charged for worked hours in 2, 4, 6 and 8 hour increments. • Outside Direct Costs: Heavy equipment, subcontractor fees and expenses, project-specific permits and/or licenses, project-specific supplemental insurance, travel, subsistence, project-specific parking charges, shipping, reproduction, and other reimbursable expenses will be invoiced at cost plus 10%, unless billed directly to and paid by client. • Insurance & Limitation of Liability: These rates are predicated on standard insurance coverage. • Invoicing: Invoices are rendered monthly, payable upon receipt in United States dollars. • Client Disclosures: Client agrees to provide all information in Client's possession about actual or possible presence of buried utilities and hazardous materials on the project site, prior to fieldwork, and agrees to reimburse Leighton for all costs related to unanticipated discovery of utilities and/or hazardous materials. Client is also responsible for providing safe and legal access to the project site for all Leighton field personnel. • Earth Material Samples: Quoted testing unit rates are for soil and/or rock (earth) samples free of hazardous materials. Additional costs will accrue beyond these standard testing unit rates for handling, testing and/or disposing of soil and/or rock containing hazardous materials. Hazardous materials will be returned to the site or the site owner's designated representative at additional cost not included in listed unit rates. Standard turn-around time for geotechnical-laboratory test results is 10 working days. Samples will be stored for 2 months, after which they will be discarded. Prior documented notification is required if samples need to be stored for a longer time. A monthly storage fee of $10 per bag and $5 per sleeve or tube will be applied. Quoted unit rates are only for earth materials sampled in the United States. There may be additional cost for handling imported samples. • Construction Material Samples: After all designated 28-day breaks for a given sample set meet specified compressive or other client-designated strength, all "hold" cylinders or specimens will be automatically disposed of, unless specified in writing prior to the 28-day break. All other construction materials will be disposed of after completion of testing and reporting www.leightongroup.com PAGE 4 of 4 IFMa NICKLAUS ENGINEERING, INC. 8(a) - DBE - WOSB SBE DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) • Civil • Survey • Architecture • Environmental • Geotechnical SCHEDULE B Standard Rate Schedule Division Description Rate/Hour Civil Project Manager $165 Project Engineer- Senior $155 Project Engineer- Staff $130 Project Engineer- Junior $95 Engineering Technician $85 Civil Designer $110 CAD Technician $80 Resident Construction Engineer $155 Survey Survey Office Calculations $110 Survey Crew and Equipment $170 Architecture Project Manager $165 Project Architect- Senior $155 Project Architect- Staff $130 Architectural Designer $95 Architectural Technician $80 Environmental Certified Industrial Hygienist $165 Project Manager $165 Project Engineer- Senior $155 Project Engineer- Staff $130 Project Engineer- Junior $95 Geologist- Senior $155 Geologist- Staff $130 Geologist- Junior $95 Environmental Professional/Scientist $105 Environmental Technician $85 Geotechnical Project Manager $165 Lab Manager $105 Lab/Field Technician III $76 Lab/Field Technician II $60 Lab/Field Technician I $50 Drill Crew and Equipment $195 Inspections Inspector/Assessor- Senior $110 Inspector/Assessor- Junior $85 Construction Project Manager $165 Site Superintendent $110 Quality Control Manager/SSHO $110 Administration Contracts Manager $155 Office Manager $110 Administrative Assistant $60 Updated 2020 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) Baja Exploration — Fee Schedule Service Unit Price .. .. - . ,._ . ___ - c __ CME 75, minimum drill site charge, including mobilization, up to 4 hours $ 1,600.00 CME 75, minimum drill site charge, including mobilization, up to 4 hours, with prevailing wages $ 2,200.00 CME 95, minimum drill site charge, including mobilization, up to 4 hours $ 1,700.00 CME 95, minimum drill site charge, including mobilization, up to 4 hours, with prevailing wages $ 2,500.00 _ Day Rates CME 75, day rate drill site charge, including mobilization, up to 8 hours $ 2,400.00 CME 75, day rate drill site charge, including mobilization, up to 8 hours, with prevailing wages $ 3,200.00 CME 95, day rate drill site charge, including mobilization, up to 8 hours $ 2,800.00 CME 95, day rate drill site charge, including mobilization, up to 8 hours, with prevailing wages $ 3,600.00 Limted Access Rig (LAR), day rate drill site charge, including mobilization, up to 8 hours $ 2,500.00 Limted Access Rig (LAR), day rate drill site charge, including mobilization, up to 8 hours, with PW $ 3,300.00 Mobilization Fees I Mobilization to San Diego, Riverside and SB county sites (up to 1 hour from Escondido, CA) $ 500.00 ... _ Hollow Stem Auger (HSA) Drilling Footage Rates for Permitted or Non-permitted Soil Borings (SB) HSA 0'-30 for SB's, including grout and surface restoration $ 35.00 HSA 31-50' for SB's, including grout and surface restoration $ 35.00 HSA 51-100' for SB's, including grout and surface restoration $ 50.00 . . Geotechnical Drilling for permitted PVC Wells v-co.,r4 HSA 0'-30' for 2" MW, including casing, 15' of screen and all annular materials $ 50.00 HSA 0'-30' for 4" MW $ 60.00 HSA 31-50' for 2" MW $ 50.00 NSA 31-50' for 4" MW $ 60.00 NSA 51400' for 2" MW Call for quote HSA 51-100' for 4" MW Call for quote Brass Ring/SS for CA Modified (CANNISTER QTY) $ 3.00 Environmental SS Sample Liners-EACH $ 5.00 Surface Completions, in asphalt or soil (3 foot concrete pad) $ 600.00 Air Rotary Drilling or Coring Call for quote Extra Personnel (3rd man) Hourly Rate (non-prevailing wage) $ 60.00 Air Rotary Drilling or Coring Concrete Cutting or coring for up to 3 foot diameter Well Pads, up to 6" thick concrete, first hole $ 400.00 Additional holes or cuts $ 200.00 Well Destruction 2 inch PVC Call for quote 4 inch PVC Call for quote Additional Vehicles Support Truck (day rate) $ 250.00 Support Truck with Lift Gate (day rate) $ 500.00 Self Contained Decontamination Trailer (day rate) $ 450.00 Materials Bag of Portland Cement $ 20.00 Bag of Bentonite Chips $ 20.00 Bag of Bentonite Grout $ 25.00 Bag of Concrete $ 12.00 Bag of Rapidset $ 25.00 Bucket of Aquaphalt $ 55.00 55 Gallon Drum $ 65.00 Phone - (760) 743-7678 • Fax - (760) 737-6044 • Email - dbhogan@bajadrilling.com • C57 License# 804318 6/8/2020 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Exhibit "A" (continued) -s Services Price List Cut 'N Core, Inc. • 9194 Chesapeake Drive, San Diego, CA. 92123 • Phone: 858.560.6627 • Fax: 858.560.1841 Inc. Service Type Description Hourly Rate Minimum Note Flatsaw 44HP Gas Saw 1"-7" $145.00 2 Hours Portal to Portal Flatsaw 60HP $208.00 2 Hours' Portal to Portal / Flatsaw Green Cutting $150.00 2 Hours' Portal to Portal Flatsaw Loop Cutting $150.00 2 Hours' Portal to Portal Flatsaw Electric Hi -Cycle $160.00 2 Hours Portal to Portal Flatsaw Electric Saw (Bull) $178.00 2 Hours 1 Portal to Portal Handsaw Electric Hi-Cycle $150.00 2 Hours' Portal to Portal Handsaw Handsaw- Skillsaw 2.5" Deep $150.00 2 Hours Portal to Portal Handsaw Handsaw- Gas Saw 4.5" $150.00 2 Hours 1 Portal to Portal Handsaw Hand Held Core Drill $150.00 2 Hours Portal to Portal Chainsaw Gas Powered Chainsaw $176.00 2 Hoursi Portal to Portal Core Drill Core Drilling- 1"- 10" $150.00 1 2 Hours' Portal to Portal Core Drill Core Drilling- 4 Speed 11"- 24" $190.00 2 Hours Portal to Portal i Disposal Wastewater Disposal $73.00 Barrel' Loader Skid Steer Loader $155.00 3 Hours! Breaker Skid Steer Hydraulic Breaker $168.00 2 Hours Skid Steer Track Skid Steer $155.00 3 Hours Mini Excavator 303 Mini, 303.5 Mini, 305 Mini Excavator $155.00 3 Hours Backhoe CAT 430F, CAT 430E Backhoe $145.00 4 Hours Backhoe w/ Breaker CAT 430F, CAT 430E Backhoe w/ Breaker $223.00 2 Hours Compaction Wheel Shaker Head/Compaction Wheel $288.00 Per Day Move On/Off Move-On/Move-Off Backhoe $195.00 Each Move On and Off Truck Labor Truck and Tools $130.00 / 2 Hourst Portal to Portal Compressor 1 Man Compressor w/ Air Tools $175.00 2 Hours Compressor 2 Man Compressor w/ Air Tools $275.00 2 Hours Laborer Laborer $105.00 2 Hours Bobcat Bobcat w/ Grinder Attachment/ Sweeper $200.00 4 Hours Move On/Off Move-On/Move-Off Bobcat w/ attachments $195.00 Each Move On and Off Water Wagon Water Wagon Rental $250.00 Per Day Delivery/Pickup Water Wagon Delivery and Pickup $130.00 Each Way Delivery and Pickup Overtime Time and a Half $30.00 Per Hour! Double Time Double Time $45.00 Per Houri ** Prices Effective July 1,2019 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI %%eurofins Exhibit "A" (continued) Ca!science 2/28/2020 Parameter Method Matrix TAT (bus. days) Unit Price ($) Volatile Organics by GC/MS EPA 8260B Soil/Aqueous 5 70 BTEX & Fuel Oxygenates by GC/MS EPA 8260B Soil/Aqueous 5 40 TPH by GC/FID Gasoline Range EPA 8015B Soil/Aqueous 5 25 TPH by GC/FID Diesel Range EPA 8015B Soil/Aqueous 5 37 TPH by GC/FID Motor Oil Range EPA 8015B Soil/Aqueous 5 35 TPH Carbon Chain C6 to C44 EPA 8015B Soil/Aqueous 5 45 TPH by GC/FID DRO & MOR (quantitated against Diesel Standard) EPA 80158 Soil/Aqueous 5 38 Semivolatile Organics by GC/MS EPA 8270C Soil/Aqueous 10 135 Polynuclear Aromatic Hydrocarbons by HPLC EPA 8310 Soil/Aqueous 10 95 Polynuclear Aromatic Hydrocarbons by GC/MS SIM EPA 8270C-SIM Soil/Aqueous 10 90 Organochlorine Pesticides by GC EPA 8081A Soil/Aqueous 5 75 Organochlorine Herbicides by GC EPA 8151A Soil/Aqueous 10 195 Polychlorinated Biphenyls (PCBs) by GC/ECD EPA 8082 Soil/Aqueous 5 55 1,4-Dioxane by GC/MS-SIM ID EPA 8270C-SIM ID Soil/Aqueous 10 95 1,2,3-Trichloropropane (TCP) EPA 82608 Soil/Aqueous 5 80 1,2,3-Trichloropropane (TCP) EPA 524.2 SRL Aqueous 5 80 N-Nitrosodimethylamine (NDMA) EPA 1625CM Aqueous 10 125 N-Nitrosodimethylamine (NDMA) EPA 8270C SIM Soil/Aqueous 10 125 CCR Title 22 Metals by ICP EPA 6010/7000S Soil/Aqueous 5 70 CCR Title 22 Metals by ICP/MS EPA 6020/7000S Soil/Aqueous 5 70 Metals by ICP, each EPA 6010B Soil/Aqueous 5 15 Metals by ICP/MS, each EPA 6020 Soil/Aqueous 5 17 Chromium, Hexavalent by Colorimetric EPA 7196A Soil/Aqueous 5 40 Chromium, Hexavalent by IC EPA 7199 Soil/Aqueous 5 65 Chromium, Hexavalent by IC EPA 218.6 Soil/Aqueous 5 70 Mercury EPA 7470A/7471 Soil/Aqueous 5 22 Ferrous Iron SM 3500FeD Aqueous 5 35 Alkalinity (as CaCO3) SM 2320 B Aqueous 5 12 Anions by IC (CI,F,Br,NO2,NO3,PO4,SO4) each EPA 300.0 Aqueous 5 15 Anions Scan by IC (CI,F,Br,NO2,NO3,PO4,504) EPA 300.0 Aqueous 5 50 Bicarbonate Alkalinity SM 2320 B Aqueous 5 12 Biochemical Oxygen Demand (BOD) SM 5210 B Aqueous 5 50 Carbon Dioxide RSK 175 Aqueous 5 65 Carbonate Alkalinity SM 2320 B Aqueous 5 12 Chemical Oxygen Demand (COD) SM5220D Aqueous 5 25 Chlorine, Residual SM 4500 Cl F Aqueous 5 20 COD (Chemical Oxygen Demand) EPA 410.4 Aqueous 5 20 Conductivity SM 2510 B Aqueous 5 7 Dissolved Oxygen SM 4500 0 G Aqueous 5 75 Ethane, Ethene, & Methane RSK 175 Aqueous 5 75 Fluoride General EPA 300.0 Aqueous 5 15 Hardness, as CaCO3 SM 2340 C Aqueous 5 15 MBAS (Surfactants) SM 5540 C Aqueous 5 40 7440 Lincoln Way Garden Grove CA 92814 www.EurofinsUS.com/Calscience 714 895-5494 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI .eurofins Exhibit "A" (continued) Ca!science 2/28/2020 Nitrate Nitrogen EPA 300.0 Aqueous 5 15 Parameter Method Matrix TAT (bus. days) Unit Price ($) Nitrate/Nitrite Nitrogen EPA 300.0 Aqueous 5 20 Nitrite Nitrogen EPA 300.0 Aqueous 5 15 Nitrogen, Ammonia EPA 350.2/350.3/SM 4500 B/C/F Aqueous 5 50 Nitrogen, Total Kjeldahl (TKN) SN 4500 N Org B Aqueous 5 50 Oil & Grease, Total (HEM.) EPA 1664A Aqueous 5 50 Percent Moisture ASTM D2216 Soil 5 12 Perchlorate EPA 314.0 Aqueous 5 35 Perchlorate EPA 314.0 Soil 5 60 Perchlorate EPA 6850/331.0 Soil/Aqueous 10 135 pH SM 4500 H+B/9045D Aqueous 5 7 Phosphate, ortho- SM 4500 P B/E Aqueous 5 25 Phosphate, ortho- EPA 365.1 Aqueous 5 45 Phosphate, Total SM 4500 P B/E Aqueous 5 25 Phosphate, Total EPA 365.1 Aqueous 5 30 Salinity SM 2520B Aqueous 5 30 Sieve Analysis ASTM D422 Soil 5 75 Solids, Settleable SM 2540 F Aqueous 5 12 Solids, Total Dissolved SM 2540 C Aqueous 5 12 Solids, Total Suspended SM 2540 D Aqueous 5 12 Sulfate EPA 300.0 Aqueous 5 15 Sulfide SM 4500 S2 D Aqueous 5 20 Sulfide, Dissolved SM 4500 S2 D Aqueous 5 20 Sulfide, Reactive SW846 Ch.7 1 Soil/Aqueous 5 20 Sulfite SM 4500 503 Aqueous 5 35 Total Dissolved Solids (TDS) SM 2540 C Aqueous 5 12 Total Inorganic Carbon EPA 415.1/SM 5310 D Aqueous 5 40 Total Organic Carbon EPA 415.1/SM 5310 D Aqueous 5 30 Total Organic Carbon EPA 9060A Soil 5 70 Total Recoverable Petroleum Hydrocarbons by IR EPA 418.1 Soil/Aqueous 5 40 Turbidity SM 2130 B Aqueous 5 12 lgnitability EPA 1010 Soil/Aqueous 5 30 Corrosivity as pH EPA 9040/9045 Soil/Aqueous 5 7 Reactive Sulfides/Cyanides EPA SW-846 Soil/Aqueous 5 25 TCLP Extraction-Zero Headspace Extraction EPA 1311 Soil/Aqueous 5 90 TCLP Extraction EPA 1311 Soil/Aqueous 5 30 STLC Extraction CCR Title 22 Soil/Aqueous 5 30 Parameter Method Matrix TAT (bus. Unit Price ($) days) 7440 Lincoln Way Garden Grove CA 92814 www.EurofinsUS.com/Calscience 714 895-5494 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI eurofins Exhibit "A" (continued) Calscience 2/28/2020 Toxic Organic Compounds by GC/MS SCAN EPA TO-15 - SCAN Air 5 125 Toxic Organic Compounds by GC/MS SIM EPA 10-15 - SIM Air 10 175 TPH as Gasoline EPA 10-3 Air 10 50 Fixed Gases Inorganics Includes: Oxygen, Nitrogen, Carbon Monoxide, & Carbon Dioxide. ASTM D1946 Air 5 75 Summa Canister Rental (One-liter or six-liter, batch certificatio) 30 Summa Canister Rental (SIM or Individual certification) 75 Flow Controller Rental (Soil gas, batch certification) 15 Flow Controller Rental (Indoor Air or Ambient Air, batch certification) 25 Flow Controller Rental (Indoor Air or Ambient Air, SIM certification) 50 Tedlar bags, one liter (purchase) 25 EnCore sampler (price is for each sampler, need 3 for any VOC test, 5 if VOCs + TPHg) 8 5035 Prep Fee for samples submitted in EnCore samplers 10 5035 Field Sampling Kit for VOCs (3 vials) 14 5035 Field Sampling Kit for VOCs (5 vials) 25 Notes: Discount from Standard Fee Schedule (for methods not listed above): 20% Rush surcharges: 24-hrs 100% (2.0 multiplier), 48-hrs 50% (1.5 multiplier), 3 days 25% (1.25 multiplier), 4 days 15% (1.15 multiplier Surcharge for Data Packages: Level III +10%, Level IV +15% requested, is 15 working days Project Specific Quotes Available 7440 Lincoln Way Garden Grove CA 92814 www.EurofinsUS.com/Calscience 714 895-5494 DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI ExhilVontinued) FEE SCHEDULE KEHOE TESTING 8c ENGINEERING CONE PENETRATION TESTING (CPT) SERVICES/PRICING (portal to portal*): • CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig • CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Overtime) • CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Double time) • Minimum Call Out for CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (4 hrs or less) CPT SERVICES/PRICING INCL. PREVAILING WAGE (portal to portal*): • CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig • CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Overtime) • CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (Double time) • Minimum Call Out for CPT Soundings w/ CPT Rig, Direct Push, Limited or Track Rig (4 hrs or less) SOIL, GROUNDWATER, VAPOR SAMPLING SERVICES/PRICING (portal to portal*): • Direct Push, Limited or Track Rig • Direct Push, Limited or Track Rig (Overtime) • Direct Push, Limited or Track Rig (Double time) • Minimum Call Out for Direct Push, Limited or Track Rig (4 hrs or less) SOIL, GROUNDWATER, VAPOR SAMPLING INCL. PREVAILING WAGE (portal to portal*): • Direct Push, Limited or Track Rig • Direct Push, Limited or Track Rig (Overtime) • Direct Push, Limited or Track Rig (Double time) • Minimum Call Out for Direct Push, Limited or Track Rig (4 hrs or less) OTHER SERVICES/PRICING: • Seismic Shear Wave Measurements w/ CPT Rig • Pore Pressure Dissipation Testing w/ CPT Rig (no charge w/ daily rate) • Pore Pressure Dissipation Testing w/ CPT Rig (no charge w/ daily rate, incl. Prevailing Wage) • Concrete Coring (up to 8" thick) • Per Diem/Two Man • Cancellation Fee (less than 24 hrs notice given) MATERIALS: • Acetate Liners (1" dia x 2' length) • Acetate Liners (1 %" dia x 4' length) • PVC Blank (3/4" or 1" dia), Flush Threaded • PVC Screen (3/4" or 1" dia), Flush Threaded • PVC Caps • Bentonite Granules / Portland Cement / Concrete / Sand / Asphalt Patch • Bentonite Grout • Waste Drum (55 gallon) • Polyethylene Tubing for Groundwater (3/8" dia) & Vapor Sampling (1/4" dia) • Nylon (NylaFlow) Tubing for Vapor Sampling (1/4" dia) • Teflon Tubing for Vapor Sampling (1/4" dia) • Vapor Valves • Vapor Filter/Implant (1/4" Polypropolene) • Disposable Steel Tips for Groundwater Sampling / Vapor Sampling • Other Materials 280.00/hr 320.00/hr 360.00/hr 1,500.00/day 420.00/hr 480.00/hr 540.00/hr 2,000.00/day 180.00/hr 220.00/hr 260.00/hr 900.00/day 300.00/hr 360.00/hr 420.00/hr 1,300.00/day 30.00/ea no charge no charge 150.00/core 400.00/nt 300.00/ea 3.00/ea 4.50/ea 3.50/ft 4.00/ft 1.00/ea 15.00/ea 30.00/ea 50.00/ea .25/ft .75/ft 2.00/ft 3.25/ea 2.00/ea 10.00/ea (cost + 15%) " Portal to portal time includes travel time & loading/unloading equipment. It is also included in total hours estimated. "" All unit prices are subject to change. Must call for an estimate based on a specific scope of work. (Rev.02/11 /20-1) 5415 Industrial Drive " Huntington Beach, CA 92649-1518 * (714) 901-7270 ofc * (714) 901-7289 fax " vvww.kehoetesting.com DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE 2020 Fee Schedule (Geophysical/Utility Locating Services) PSA21-1216CMI Exhibit "A" (continued) SubSurface Surveys & Associates, Inc. 2075 Corte Del Nogal, Suite W I Carlsbad, California 92011 Office: (760) 476-0492 Fax: (760) 476-0493 Description Billing Unit Non- Prevailing Wagel Prevailing Wage' Geophysical Services Basic Geophysical Surveying* (Cost of Crew) Hourly $ 280.00 $ 325.00 Advanced Geophysical Surveying** (Cost of Crew) Hourly $ 325.00 $ 430.00 Vibration/Blast Monitoring (Cost of Crew) Hourly $ 120.00 $ 120.00 Rebar/Post-Tension Delineation (Cost of Crew) Hourly $ 210.00 $ 250.00 *Basic geophysical surveying includes: borehole clearance, utility locating, abandoned oil well and UST detection and locating, Ground Penetrating Radar, Electro-Magnetic, Magnetic and VLF surveys, soil resistivity surveys using the Wenner four electrode array. **Advanced geophysical surveying includes: seismic surveys (refraction and reflection, surface, down-hole, and cross-hole), Electrical Resistivity Imaging Surveys using the STING. Description Billing Unit Amount Amount Mobilizations Within Service Area Basic Geophysical Surveying4 Daily $ 280.00 $ 280.00 Advanced Geophysical Surveying4 Daily $ 400.00 $ 400.00 Blast/Vibration Monitoring/Rebar/PT Surveying4 Daily $ 240.00 $ 240.00 Mobilizations Outside Service Area (Driving) Basic Geophysical Surveying4 Hourly $ 176.00 $ 175.00 Advanced Geophysical Surveying4 Hourly $ 225.00 $ 225.00 Blast/Vibration Monitoring/Rebar/PT Surveying4 Hourly $ 150.00 $ 150.00 Other Costs Weekend, Nighttime2 Lump Sum 25% Increase 25% Increase Overtime3 Lump Sum 25% Increase 25% Increase Presite Visits Hourly $ 60.00 $ 60.00 Per Diem (Only charged for out of town projecgs) Night/person $140.00 $140.00 Seismic Tomography Processing Per Line $ 100.00 $ 100.00 Footnotes 'All costs are a turnkey rate, including a professional report with appropriate graphics 2Nighttime rates will be applied to all field hours and mobilization rates during the times of 6:00pm to 6:00am. 30vertime rates will be applied to all field hours in excess of 8 field hours worked in any one day. 4Mobilization to project sites located within 2 hours of Carlsbad, CA DocuSign Envelope ID: 2E600ACB-D57D-4494-A71A-3F85E990C5FE PSA21-1216CMI Add the following bold underlined language to 10.1.1 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The limits for Commercial General Liability can be achieved through a combination of primary and excess or umbrella liability insurance, provided that such coverage will result in the same or greater coverage as the coverage required under this Section. General Counsel Approved Version 6/12/18 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 AUTHORIZED REPRESENTATIVE Client#: 1257049 305LEIGHGRO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) 8/05/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER McGriff Insurance Services 2400 E KateIla Ave Suite 1100 Anaheim, CA 92806 714 941-2800 CONTACT Lori McNay NAME: PHONE 714 941-2815 FAX Ext): (A/C, No): ADDRESS: LMcNay@mcgriffinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Lexington Insurance Company 19437 INSURED Leighton Consulting Inc 17781 Cowan Ste. 100 Irvine, CA 92614-6009 INSURER B : Travelers Indemnity Co of CT 25682 INSURER C: INSURER D : INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DDNYYY) POLICY EXP (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY x x 065463440 Overall Policy 02/14/2020 General 02/14/2021 Aggregate EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $50,000 MED EXP (Any one person) $ EXCLUDED PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JEC°T- X PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 $$5,000,000 B X n X _ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY Nr n _ SCHEDULED AUTOS NON-OWNED AUTOS ONLY BA0305L81420CAG 02/14/2020 02/14/2021 TaMaBcclyeDneNGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE 006546318 02/14/2020 02/14/2021 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED X RETENTION $10000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A PER STATUTE OTH- ER EL. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Prof/Pollutn Liab Claims Made 013001524 02/14/2020 02/14/2021 $2,000,000 Per Claim $4,000,000 Aggregate $50,000 Ded DESCRIPTION OF OPERATIONS! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. Additional Insured applies on General Liability per Lexington's Additional Insured Owners, Lessees or Contractors endorsement LX4316 06/14 and LX9605 10/01 attached to the General Liability policy as required by written contract. Primary wording applies to General Liability per Lexington's endorsement LX9838 08/05 (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S26290793/M25210646 LARIC DESCRIPTIONS (Continued from Page 1) attached to policy. Waiver of Subrogation applies on General Liability as contained within Lexington's Waiver of Subrogation (Blanket)endorsement LX0485 11/03 attached to the General Liability policy as required by written contract. Notification of cancellation will be provided in accordance with the terms and conditions of the referenced policies, as contained within the attached carrier endorsement forms. SAG ITTA 25.3 (2016/03) 2 of 2 #526290793/M25210646 CERTIFICATE HOLDER CANCELLATION (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Client#: 1257049 305LEIGHGRO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 8/05/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER McGriff Insurance Services 2400 E KateIla Ave Suite 1100 Anaheim, CA 92806 714 941-2800 CONTACT NAME: Lori McNay PHONE 714 941-2815 FAX Ext): (NC, No): MAASS, LMcNay@mcgriffinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Lexington Insurance Company 19437 INSURED Leighton Consulting Inc 17781 Cowan Ste. 100 Irvine, CA 92614-6009 INSURER B: Travelers Indemnity Co of CT 25682 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUER VVVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A x COMMERCIAL GENERAL LIABILITY x x 065463440 Overall Policy 02/14/2020 General 02/14/2021 Aggregate EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR DAMAGE T RENTED PREMISES ( O Ea occurrence) $ 50,000 MED EXP (Any one person) $ EXCLUDED PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: , i% LIMIT APPLIES PRO- JECT X PER: LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $2,000,000 $$5,000,000 B X X AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HI RTEODS ONLY X SCHEDULED AUTOS I \AF8lItOSWONNELIV BA0305L81420CAG 02/14/2020 02/14/2021 sOaMaBcclyldEeDneNGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ A x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE 006546318 02/14/2020 02/14/2021 EACH OCCURRENCE $5,000,000 $5,000,000 $ AGGREGATE DED X RETENTION $10000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A PER STATUTE OTH- ER E.L EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A Prof/Pollutn Liab Claims Made 013001524 02/14/2020 02/14/2021 $2,000,000 Per Claim $4,000,000 Aggregate $50,000 Ded DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. Additional Insured applies on General Liability per Lexington's Additional Insured Owners, Lessees or Contractors endorsement LX4316 06/14 and LX9605 10/01 attached to the General Liability policy as required (See Attached Descriptions) © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) 1 of 2 The ACORD name and logo are registered marks of ACORD #S26290800/M25210646 LARIC DESCRIPTIONS (Continued from Page 1) by written contract. Primary wording applies to General Liability per Lexington's endorsement LX9838 08/05 attached to policy. Waiver of Subrogation applies on General Liability as contained within Lexington's Waiver of Subrogation (Blanket)endorsement LX0485 11/03 attached to the General Liability policy as required by written contract. Notification of cancellation will be provided in accordance with the terms and conditions of the referenced policies, as contained within the attached carrier endorsement forms. SAGITTA 25.3 (2016/03) 2 of 2 #S26290800/M25210646 ENDORSEMENT #021 This endorsement, effective 12:01 AM 02/14/2020 Forms a part of policy no.: 065463440 Issued to: LEIGHTON GROUP, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following: COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) AS REQUIRED BY WRITTEN CONTRACT (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. Information required to complete this Schedule, if not shown above, vvill be shown in the Declarations A. Section ll - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law, and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: LX43 I 6 (06/ I 4) Includes Copyrighted Information ofthe Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page I of 2 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance sham in the Declarations All other terms and conditions of the policy remain the same. Authorized Representative LX4316 (06/14) Includes Copyrighted Information otthe Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 2 of 2 POLICYNUMBER: 065463440 ENDORSEMENT COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (LC)Carlsbad Municipal Water District/CMWD 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #12939.000 CMWD/City of Carlsbad as-needed materials testing various locations Additional Insured to include per specifications: CMWD, its agents, representatives, employees or subcontractors. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. A. Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: CG 20 10 10 01 ISO Properties, Inc., 2000 Page 1 of 1 LX9605 ENDORSEMENT 02/14/2020 This endorsement, effective 12:01 AM Forms a part of policy no.: 065463440 Issued to: Leighton Consulting Inc By: LEXINGTON INSURANCE COMPANY CANCELLATION AMENDMENT In consideration of the premium charged, it is hereby agreed that the cancellation provision is amended to 90 days in lieu of (30) days, except for non-payment of premium Mich remains (10) days. All other terms and conditions remain unchanged. Authorized Representative OR Countersignature (In states where applicable) LX9586 (02/03) ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 Forms a part of policy no.: 065463440 Issued to: Leighton Consulting Inc By: LEXINGTON INSURANCE COMPANY PRIMARY/NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided by the policy: Notwithstanding any other provision of the policy to the contrary, the insurance afforded by this policy for the benefit of the Additional Insured shall be primary insurance, but only with respect to any claim, loss or liability arising out of the Named Insured's operations; and any insurance maintained by the Additional Insured shall be non-contributing. All other terms and conditions of the policy remain the same. Authorized Representative OR Countersignature (In states where applicable) LX9838 (08/05) ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 Forms a part of policy no.: 065463440 Issued to: Leighton Consulting Inc By: LEXINGTON INSURANCE COMPANY WAIVER OF SUBROGATION (BLANKET) It is agreed that we, in the event of a payment under this policy, waive our right of subrogation against any person or organization Mere the insured has waived liability of such person or organization as part of a written contractual agreement between the insured and such person or organization entered into prior to the "occurrence" or offense. All other terms and conditions remain unchanged. Authorized Representative OR Countersignature (In states where applicable) LEXOCC234 (11/03) L X0485 ENDORSEMENT #021 This endorsement, effective 12:01 AM 02/14/2020 Forms a part of policy no.: 065463/140 Issued to: LEIGHTON GROUP, INC. By: LEXINGTON INSURANCE COMPANY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- COMPLETED OPERATIONS (Based on CG2037 04/13) This endorsement modifies insurance provided by the following: COMMERCIAL GENERAL LIABILITY POLICY SCHEDULE Name of Additional Insured Person(s) Location of Completed Operations or Organization(s) AS REQUIRED BY WRITTEN CONTRACT (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law, and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: LX4316 (06/14) IncludesCopyrightedIntormationoftheinsurance Services Offices, Inc., with its permission. All Rights Reserved. Page I of 2 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shoal in the Declarations All other terms and conditions of the policy remain the same. Authorized Representative LX43I6 (06/14) Includes Copyrighted Information otthe Insurance Services Offices, Inc., with its permission. All Rights Reserved. Page 2 of 2 POLICYNUMBER: 065463440 ENDORSEMENT COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS REQUIRED BY WRITTEN CONTRACT (LC)City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 RE: Proj #128400.000 various locations as needed materials testing Additional Insured to include per specifications: The City of Carlsbad, its officers, agents and employees. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. A. Section II -Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: CG 20 10 10 01 ISO Properties, Inc., 2000 Page 1 of 1 LX9605 ENDORSEMENT 02/14/2020 This endorsement, effective 12:01 AM Forms a part of policy no.: 065463440 Issued to: Leighton Consulting Inc By: LEXINGTON INSURANCE COMPANY CANCELLATION AMENDMENT In consideration of the premium charged, it is hereby agreed that the cancellation provision is amended to 90 days in lieu of (30) days, except for non-payment of premium which remains (10) days. All other terms and conditions remain unchanged. Authorized Representative OR Countersignature (In states where applicable) LX9586 (02/03) ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 Forms a part of policy no.: 065463440 Issued to: Leighton Consulting Inc By: LEXINGTON INSURANCE COMPANY PRIMARY/NON CONTRIBUTORY ENDORSEMENT This endorsement modifies insurance provided by the policy: Notwithstanding any other provision of the policy to the contrary, the insurance afforded by this policy for the benefit of the Additional Insured shall be primary insurance, but only with respect to any claim, loss or liability arising out of the Named Insured's operations; and any insurance maintained by the Additional Insured shall be non-contributing. All other terms and conditions of the policy remain the same. Authorized Representative OR Countersignature (In states where applicable) LX9838 (08/05) ENDORSEMENT This endorsement, effective 12:01 AM 02/14/2020 Forms a part of policy no.: 065463440 Issued to: Leighton Consulting Inc By: LEXINGTON INSURANCE COMPANY WAIVER OF SUBROGATION (BLANKET) It is agreed that we, in the event of a payment under this policy, waive our right of subrogation against any person or organization where the insured has waived liability of such person or organization as part of a written contractual agreement between the insured and such person or organization entered into prior to the "occurrence" or offense. All other terms and conditions remain unchanged. Authorized Representative OR Countersignature (In states where applicable) LEXOCC234 (11/03) LX0485 --- 7 0 A CCOREP CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDNYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Tutton Insurance Services 2913 S Pullman Street License #0689376 Santa Ana CA 92705 CONTACT Certificate Department NAME: (949) 261-5335 FAX (949) 261-1911 PHONE xt): No): E (A/C, E-MAIL ADDRESS: Bernadette Reza or Catlin Ortiz INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : West American Insurance 44393 INSURED Leighton Consulting, Inc. 17781 Cowan Ste. 200 Irvine CA 92614 INSURER B : INSURER C : INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 19-20 WC Consulting REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VVITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR VVVD POLICY NUMBER POLICY EFF (MM/DDNYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR DAMAGE i CYt< NTED PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'LAGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG - - _ AUTOMOBILE LIABILITY ANY AUTO OVVNED AUTOS ONLY HIRED AUTOS ONLY - - SCHEDULED AUTOS NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ - UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS-MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ , ^ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N N/A XVVVV60245009 STATUTE ER 09/01/2019 09/01/2020 ..,.... PER 0TH- E.L. EACH ACCIDENT 1 000 000 $ ' ' E.L. DISEASE - EA EMPLOYEE 1 0 00 $ i° 0,0 EL. DISEASE - POLICY LIMIT 1 °00 000 $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project #12939.000 CMWD/as-needed materials testing, various locations Workers' Compensation Waiver of Subrogation per WC990679.0113 CERTIFICATE HOLDER CANCELLATION Carlsbad Municipal Water District 1635 Faraday Ave Carlsbad i CA CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 4414 © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Insurance Company West American Insurance Company 11576 Countersigned by WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 79 (Ed. 01-13) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while en- gaged in the work described in the Schedule. The additional premium for this endorsement is $ Included Schedule Person or Organization Blanket Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy Effective 09/01/2019 State Policy No. XVVVV (20) 60 24 50 09 Insured LEIGHTON GROUP, INC. Endorsement No 0008 Premium WC 99 06 79 (Ed, 01-13) 0 2013 Liberty Mutual Insurance Includes copyrighted material of WCIRB,with its permission --- 7 ® ACCWO CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDPNYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the po icy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Tutton Insurance Services 2913 S Pullman Street License #0B89376 Santa Ana CA 92705 CONTACT Certificate Department NAME: PHONE (A/C. No, Ext): (A/C, No): (949) 261-5335 FAX (949) 261-1911 E-MAIL ADDRESS: Bernadette Reza or Catlin Ortiz INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : West American Insurance 44393 INSURED Leighton Consulting, Inc. 17781 Cowan Ste. 200 Irvine CA 92614 INSURER B: INSURER C: INSURER Dr INSURER Er INSURER F : COVERAGES CERTIFICATE NUMBER: 19-20 WC Consulting REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT VVITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR VVVD POLICY NUMBER POLICY EFF (MWDD/YYYY) POLICY EXP (MWDEVYYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL &ADV INJURY $ GEN'LAGGREGATE POLICY OTHER: LIMITAPPLIES PER: PRO- JECT LOC GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $ - _ AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY - SCHEDULED AUTOS NON-OWNED AUTOS ONLY COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ - UMBRELLA LIAB EXCESS LIAB _ OCCUR CLAIMS-MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ A '-' WORKERS COMPENSATION AND EMPLOYERS LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ., OFFICER/MEMBER EXCLUDED? 14 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N/A XVVVV60245009 STATUTE ER 09/01/2019 09/01/2020 N.,/ PER 0TH- E.L. EACH ACCIDENT 1 000 000 $ ' ' E.L. DISEASE - EA EMPLOYEE 1 0 00 $ '0 0,0 EL DISEASE - POLICY LIMIT 1 000 000 $ DESCRIPTION OF OPERATIONS / LOCATIONS/VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project #12840.000 City of Carlsbad/as needed material testing, various locations Workers' Compensation Waiver of Subrogation per WC990679.0113 CERTIFICATE HOLDER CANCELLATION City of Carlsbad 1635 Faraday Ave Carlsbad Carlsbad l CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE jj tS 444 - @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Insurance Company West American Insurance Company 11576 Countersigned by WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 06 79 (Ed 01-13) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while en- gaged in the work described in the Schedule. The additional premium for this endorsement is $ Included Schedule Person or Organization Blanket Job Description This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy Effective 09/01/2019 State Policy No. XVVW (20) 60 24 50 09 Insured LEIGHTON GROUP, INC. Endorsement No 0008 Premium WC 99 06 79 (Ed. 01-13) 2013 Liberty Mutual Insurance Includes copyrighted material of WCIRB,with its permission,