Loading...
HomeMy WebLinkAboutKleinfelder Construction Services Inc; 2020-08-18; PSA21-1201CMIPSA21-1201CMI City Attorney Approved Version 12/28/2022 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 28 PROJECT NO. 6049/6052/4090 This twenty-eighth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kleinfelder Construction Services, Inc., a California corporation, ("Contractor") and the City of Carlsbad, California ("City") dated August 18, 2020 (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Construction Management and Inspection Services in accordance with the City of Carlsbad Engineering Standards, 2022 Edition, the Standard Specifications for Public Works Construction, 2021 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated April 19, 2023 (“proposal”), attached as Appendix "A" for the Public Parking Lots ADA Improvements (Re-Bid) (the “Project"). The Project services shall include Construction Management and Inspection Services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work upon execution of receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within August 17, 2023. Working days are defined in Part 1 General Provisions, Section 1-Terms, Definitions, Abbreviations, Units of Measure, and Symbols, page 4 section titled "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1 "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A," attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A." Additional task groups, not shown in Table 1 or Appendix “A,” will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A,” then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $136,013.00. DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 May 22, 2023 PSA21-1201CMI City Attorney Approved Version 12/28/2022 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 PSA21-1201CMI City Attorney Approved Version 12/28/2022 3 TABLE 1 FEE ALLOTMENT CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES TASK GROUP TIME & MATERIALS Construction Management and Inspection Services $136,013.00 TOTAL (Not-to-Exceed) $136,013.00 CONTRACTOR Kleinfelder Construction Services, Inc. Kleinfelder Construction Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Louis J. Armstrong, President Dan Brockman, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Scott Chadwick, City Manager APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ____________________________ City Attorney DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 May 22, 2023 5761 Copley Drive, Suite 100, San Diego, CA 92111 | P: 858.223.8500 F: 858.223-8499 April 19, 2023 City of Carlsbad Construction Management and Inspection Division 1635 Faraday Avenue Carlsbad, CA 92008 Attention: Steve Didier Municipal Projects Manager SUBJECT: Public Parking Lots ADA Improvements – Construction Management and Inspection Services Dear Mr. Didier: Kleinfelder Construction Services (KCS) is pleased to submit our scope of work and fee proposal to provide construction management and inspection services for the Public Parking Lots ADA Improvements Project. We are proposing the following personnel to manage the project: Mark Plotnikiewicz, PE, QSD – Project Manager/Schedule Reviews Shawn Stewart – Senior Inspector Mark Plotnikiewicz has over 30 years of civil engineering experience on a variety of transportation and public works projects. He has served as a Project Manager, Resident Engineer, Lead Scheduler, Structures Representative, Lead Constructability Reviewer and Design Engineer. He has successfully completed multiple projects with the City of Carlsbad and thoroughly understands the City’s processes. Mr. Plotnikiewicz will serve as Project Manager for the project as well as provide schedule review services. Shawn Stewart will serve as the Senior Inspector for the project. He brings extensive construction inspection experience and a strong background in the supervision of public works projects. Shawn has worked on multiple projects for the City of Carlsbad including the recent 2020-21 Pavement Overlay project, El Camino Real at College Blvd Intersection Improvements project, Poinsettia Signals project and the Palomar Airport Road Widening project. He has an excellent understanding of the City’s processes and procedures and has developed strong professional relationships with the City staff. Resumes for Mr. Plotnikiewicz and Mr. Stewart are attached for your review. KCS possesses additional qualified inspection staff should other project needs arise, or additional staff be required by the City. Our attached scope of work and fee submittal are based on part- and full-time support for this 90 working day project. PSA21-1201CMI - Task No. 28 Appendix "A" DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 Q IN FELDER ~ CONSTRUCT/ON SERVICES We look forward to continuing our relationship with the City of Carlsbad through this project. If you have any questions about the attached submittal or need any additional information, please do not hesitate to contact us. Sincerely, Attachment Mark Plotnikiewicz, PE, QSD Kleinfelder Construction Services O: 858-223-8480 M: 858-688-7182 E: mplotnikiewicz@kleinfelder.com PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 F City of Carlsbad On-call Construction Management Services Public Parking Lots ADA Improvements Project KLEINFELDER CONSTRUCTION SERVICES SCOPE OF ENGINEERING SERVICES PROJECT: Public Parking Lots ADA Improvements Project (6049/6052/4090) CLIENT: City of Carlsbad DATE: April 19, 2023 PROJECT DESCRIPTION The project consists of installing ADA-compliant parking stalls, curb ramps, accessible pathways and signage throughout the City of Carlsbad including: Carlsbad Village, Poinsettia Park, Holiday Park, and Calavera Hills. The contract work also includes the following: • Traffic control • Storm water pollution prevention • Curb ramps • AC grind and overlay • Slurry Seal • Curb and gutter • Signing and striping CONSTRUCTION MANAGEMENT AND ADMINISTRATION Task 1.1 Review PS&E and Prepare Files The Project Inspector will review the PS&E, permits and other job-related information to gain a thorough understanding of the work involved prior to the preconstruction meeting. Any issues found during the review that may lead to a change order or RFI will be recorded in a comment review form and include a suggested course of action for discussion with the City. The goal is to take the necessary proactive steps to avoid impacts to the schedule or budget of the project. We will also work with the City to set up the project files in ProCore. This software will be used for document control and file management on the project. Our staff will attend any required Procore training. Task 1.2 Conduct Preconstruction Meeting KCS will prepare for and conduct a preconstruction meeting. Topics will include items such as safety, public outreach, construction methods, work schedule, traffic control, labor compliance, SWPPP, and submittals. Attendees will include KCS, City of Carlsbad Construction Management and Inspection staff, Traffic Department personnel, the General Contractor, and any affected utility companies. KCS will prepare a sign-in sheet and minutes of the meeting. Task 1.3 Perform Construction Management and Administration KCS will assist the City’s Construction Manager in providing construction management and administration necessary for the Project to verify contract compliance. The following is a brief description of some of the major aspects of this work: Submittals: KCS’ Project Inspector will receive, log, review, and respond to all project submittals, as well as coordinate with the City and Project Designer if necessary. Critical submittals include traffic control plans, SWPPP, baseline schedule, AC mix designs, and concrete mix designs. Baseline Schedule: KCS’ Project Inspector and Project Manager will review the baseline schedule submitted by the Contractor and respond accordingly. If the schedule is not approved, we will work with the Contractor to assist in providing an approvable schedule. We PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 C NFELDER "'=' CONSTRUCTION SERVICES City of Carlsbad On-call Construction Management Services Public Parking Lots ADA Improvements Project understand the importance of having an approved schedule at the beginning of the job in order to have a clear understanding of the upcoming work as well as to always know what activities are on the critical path of the project. KCS will review the monthly schedule updates and focus on areas that may impact the critical path. Project Meetings: KCS’ Project Inspector will coordinate meetings with the Contractor and the City of Carlsbad on a weekly basis or as necessary. The purpose of these meetings will be to discuss upcoming work, project issues, and overall project status. Each meeting will have an agenda in order to provide a platform for efficient dialogue. One of the goals of these meetings will be to identify potential conflicts at the earliest possible stage so they may be resolved without impacting the schedule. KCS will produce written minutes, which will be maintained in the project files. Requests for Information: All Contractor Requests for Information will be logged and reviewed by our Project Inspector. Responses will be timely and in accordance with all contract documents. We will work closely with the Contractor and City of Carlsbad staff to keep the project moving forward. Progress Payments: KCS will develop monthly pay estimates for the work completed by the Contractor. Prior to completing the monthly estimate, KCS will meet with the Contractor to finalize the payment quantities for the appropriate bid items. KCS will submit the monthly pay estimates to the City of Carlsbad for review and process by the specified due date. Change Orders: We will make every effort to complete the project without contract change orders. However, when required, our inspector will provide pertinent information regarding the necessity for the change, affected quantities, and other information to assist in the successful negotiation and execution of contract change orders. Project staff will investigate and analyze different options for solving issues and seek to achieve the best solution possible for the City of Carlsbad. Our understanding is that Carlsbad’s CM will write the change orders with assistance and information provided by our inspector. As with all contract work, we will maintain complete records of all change order work to ensure accurate and complete payment and avoid potential claim situations. Photo Documentation: KCS will document the job site existing conditions with complete and comprehensive job-site photos prior to construction. This will include any features that the plans identify to “remain in place,” or any facility the contractor is obligated to “protect in place.” During the remaining construction activities, progress photos will be taken at frequent durations during the project also. KCS is aware that documentation is often needed to defend against contractor claims of pre-existing damage to an existing facility. Photos will be dated, labeled, and logged for easy retrieval. As-Built Drawings: KCS will maintain redline As-Built Markup Plans during the progress of the project. KCS will provide the City of Carlsbad with the redlined markups maintained during the course of the project that can be utilized in the preparation of final “As-Built Plans” upon completion of the project. Files: The Project Inspector will maintain a complete set of project files in ProCore. Files will be kept current at all times and will be set up in accordance with the City’s filing system. The files will be able to pass a State and Federal audit at any point during the construction. This work includes logging the Contractor’s certified payroll. Task 1.4 Perform Field Inspection and Documentation KCS will perform quality assurance field inspection and documentation required for the project. The following highlights a few key components of this work: PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 C NF£LD£R ~ CONSTRUCTION SERVICES City of Carlsbad On-call Construction Management Services Public Parking Lots ADA Improvements Project Inspection: KCS will monitor construction activity on the project site and perform benchmark, part-time or full-time inspection depending on the operation and our budget. KCS will verify that the Contractor’s work crew is consistently operating in accordance with the governing safety practices and confirm that the project is being constructed in accordance with the project plans and specifications. Proactive inspection is practiced to catch errors at the earliest possible stage before they affect the budget or schedule. KCS prides itself in developing a good working relationship with the Contractor. This benefits all parties and helps assure a successful project. Public Interface: The Project Inspector will also serve as the main point of contact on behalf of the City in dealing with any questions or issues that arise with both private residents and commercial businesses. The Project Inspector will proactively verify that the contractor provides the public notifications required in the contract and will work proactively with the contractor and the public in resolving issues at the project level. Materials Sampling and Testing: KCS will coordinate with the City’s on-call/as-needed testing firm to meet the Project’s testing requirements. Our Project Inspector will verify that the contractor performs and achieves passing results for all required materials testing. Documentation: Daily construction diaries will be written to document progress by the Contractor, the workforce, and items inspected. A daily diary will also be written to document important conversations and events. The Project Inspector will prepare the weekly statement of working days, progress payments, and contract change orders. Punch list: A punch list will be provided to the Contractor to outline any remaining work necessary to accept the field work. The Project Inspector will work closely with the Contractor throughout the job to verify no major items of work or deficiencies remain when it comes time to prepare a punch list. Task 1.5 Complete Final Reports and Closeout Job Files KCS’ Project Inspector will assist the City’s Construction Manager by providing information for any necessary Report of Completion, which may include a project summary, photos, a final detailed estimate, and as-built drawings. Job files will be finalized and, if paper files are required, the original job files will be boxed and delivered to the City of Carlsbad by our Project Inspector. PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 C NF£LD£R ~ CONSTRUCTION SERVICES ESTIMATE OF FEES*See Note City of Carlsbad CLASSIFICATION TASK: Inspection Services RATE: $195.00 $170.00 $167.00 FEE 1.1 Review PS&E and Prepare Files 4 0 16 $3,452.00 1.2 Preconstruction Meeting 1 0 8 $1,531.00 1.3 CM and Administrative Duties 8 0 24 $5,568.00 1.4 Perform Field Inspection / Documentation 0 720 0 $122,400.00 1.5 Complete Final Reports / Closeout Files 2 0 16 $3,062.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS: CM & Inspection Services 15 720 64 136,013.00$ $136,013.00 Notes: Estimate is based on a 90 WD project. The workweek runs from Monday through Friday. Construction management and administrative duties are based on an 8-hr shift. Field inspection hours are based on the anticipated hours required to complete the work. Additional effort in the form of longer shifts requiring overtime, or extra days required on the project due to issues such as problems with the contract documents, utility conflicts, unsuitable materials, or inefficiencies with the Contractor's operations, are not considered in this estimate, and may require an amendment to this estimated budget. Public Parking Lots ADA Improvements Project (6049/6052/4090) Kleinfelder Construction Services Project Manager Senior Inspector (PW) Senior Inspector (Non-PW) Kleinfelder Construction Services 4/19/2023 PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 I I I STAFF RESUME Mark Plotnikiewicz, PE, QSD Project Manager Mark Plotnikiewicz has 30 years of professional engineering experience providing construction management for a variety of transportation and public works projects as a Project Manager, Resident Engineer, Structures Representative, Lead Constructability Reviewer, Lead Scheduler, and Design Engineer. He brings a comprehensive understanding of all aspects of construction management, including project management, contract oversight, construction surveying, shop drawing review, submittal review and approval, CPM schedule review, QA/QC, constructability reviews, and risk register analysis. Mark’s experience includes serving as a Project Manager and Resident Engineer for several large on-call contracts for owner/agencies such as the City of Carlsbad, City and County of San Diego, NCTD, Caltrans, and SANDAG. City of Carlsbad As-needed Horizontal Construction Management and Inspection Services (Carlsbad, CA) Mr. Plotnikiewicz serves as a Project Manager and Resident Engineer for a variety of task orders for KCS’ current as- needed construction management and inspection contract with the City of Carlsbad. These task orders have included the Sycamore Beach Access Stairway project, the 2017 Pavement Overlay project, the 2017 Bridge Preventative Maintenance Program, and the 2017 ADA Improvement Program. KCS has been providing quality construction management and inspection through our current and previous on-call contracts for nearly two decades. Projects have included numerous annual slurry seal and overlay projects; major roadway, bridge, waterline, and sewer projects; as well as parks and recreation facilities, traffic signals, and pump stations. Mr. Plotnikiewicz’ responsibilities include quality control, staff management, technical oversight, submittal reviews, and task order management. City of Carlsbad/NCTD Poinsettia Lane Overhead (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer and Structure Representative on this approximately $1.5M project, which consisted of bridge widening to Poinsettia Lane over the San Diego Northern Railroad. The superstructure consisted of precast voided concrete slabs with an asphalt concrete (AC) overlay supported by pier walls on a driven pile foundation. Mr. Plotnikiewicz provided construction inspection, contract administration, shop drawings review, coordination with railroad operations and flagging, traffic control inspection, and pile driving. Additionally, he was responsible for the underground utility construction and roadway widening portions of the project. City of Carlsbad Las Encinas Creek Bridge Replacement (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $2M federally-funded bridge replacement project. The project included removal and replacement of a 100-year-old bridge with a precast Conspan arch bridge approximately 38 feet long, 43 feet wide, and eight feet tall, supported on a reinforced concrete slab with six-foot-deep cut-off walls, creek rock slope protection and improvements, roadway reconstruction, and drainage installation. His responsibilities included all aspects of construction management including inspection, SWPPP compliance, falsework review, submittal reviews, responding to RFIs, negotiating and writing change orders, preparing correspondence to the Contractor and others, completing contract item adjustments, preparing as-built drawings, and overall contract administration. Due to construction coinciding with San Diego’s rainy season, Mr. Plotnikiewicz worked with the Contractor to verify that all stream diversions and SWPPP Best Management Practices (BMPs) were installed per the contract documents and environmental permits. City of Carlsbad, Carlsbad Boulevard Bridge Seismic Retrofit (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $1M, federally-funded bridge retrofit project, which consisted of seismic retrofit upgrades to an existing three-span bridge including footing widening, pier wall construction, bolster retrofit, and slope regrading. The bridge crosses over the NCTD railroad, which required close coordination with the railroad operations. Temporary supports were constructed for a 12-inch-diameter, high-pressure gas main during excavation requiring review of the support drawings and close coordination with SoCal Gas. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, submittal Education/Professional Registration B.S., Civil Engineering Civil Engineer in California, No. 58608 Qualified SWPPP Developer, No. 20655 CAL/OSHA 10-Hour Construction Safety and Health Training FHWA NBIS Bridge Inspection Training – Team Leader PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME reviews, excavation plan review, responding to RFIs, preparing correspondence to the Contractor and others, negotiating and writing change orders, preparing Caltrans Local Assistance invoices for Federal reimbursement, drafting as-built drawings, and overall contract administration. City of Carlsbad Rancho Santa Fe Road Realignment Project, Phase II (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $13M, federally-funded roadway realignment project from Melrose Drive to La Costa Avenue in Carlsbad, California. The project included staged construction of a new, realigned six-lane roadway, construction of domestic and reclaimed water lines, sewer and storm drain systems, major dry utility relocations and undergrounding, and bridge replacement and realignment of an existing intersection. Additional project elements included staged replacement of an existing bridge over San Marcos Creek with two new cast-in-place, post- tensioned concrete box girder bridges. High skews, large utility blockouts, and a radius made the bridge construction challenging. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, filing in accordance with Caltrans filing system, reviewing submittals, responding to RFIs, preparing letters to the Contractor, negotiating and preparing change orders, and overall contract administration. Mr. Plotnikiewicz worked closely with the Contractor to ensure the falsework was constructed in the creek to withstand the high flows that ensued during one of San Diego’s heavier rainy seasons. Due to the project’s proximity between two ongoing construction sites, Mr. Plotnikiewicz attended regular meetings with the adjacent Contractors and agencies to coordinate traffic shifts and traffic control. NCTD As-needed Construction Management and Construction Inspection Services (San Diego County, CA) Mr. Plotnikiewicz serves as the Project Manager for KCS’ on-call contract with NCTD. KCS’ scope of services for this contract includes construction management and construction inspection services for a variety of bus, rail, and transit projects, as well as NCTD Capital Improvement projects, NCTD encroachment projects, and SANDAG supported projects on NCTD right-of-way. As Project Manager, Mr. Plotnikiewicz implements and executes our quality control procedures, ensures team members are adequately equipped and trained to perform their job functions, and monitors our performance on a frequent basis with NCTD. He also provides contract administration and construction engineering as needed. Caltrans District 11 On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Senior Engineer for the Caltrans District 11 Claims Department performing constructability reviews and providing CPM schedule analysis and review services. His responsibilities include analyzing Contractor’s baseline and monthly schedule updates using Primavera P3 and P6, Microsoft Project, Claim Digger, and SureTrak; preparing time impact analysis to determine construction delays; and assisting project designers in the development of CPM schedules used for programming jobs and determining working days. Mr. Plotnikiewicz also prepares and reviews CPM schedules and contract documents for projects prior to bid to verify working days, constructability, and logic of stage construction plans; and assists the Duty Senior with responses to bidder’s inquiries. SANDAG On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Kleinfelder Construction Services’ Lead Schedule Engineer for this on-call contract, participating in numerous task orders including Oceanside Transit Center, Superloop Phase 3, Sorrento to Miramar Phases 1 and 2, East County Bus Maintenance Facility, Sorrento Valley Double Track, and South Bay Bus Rapid Transit Phases 1A, 1B and 2A/2B, and Mid-City Bus Rapid Transit. Mr. Plotnikiewicz is responsible for reviewing baseline CPM schedules, monthly update schedules, and TIAs. He prepares independent TIAs based on the project records to verify if the Contractor-prepared TIAs are valid and creates “what-if” schedules to assess potential project impacts. Mr. Plotnikiewicz has also created project schedules during the constructability review phase to verify the contract working days. PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME Shawn Stewart Senior Inspector Shawn Stewart has 28 years of construction management and inspection experience on a wide range of projects, including pavement rehabilitation, annual slurry seal improvement projects, polyester concrete overlay, bridge deck and structure rehabilitation, roadway widenings, realignments and new alignments, trolley station improvements, light and heavy rail improvements, and bus facility improvements. He has provided inspection for Americans with Disabilities Act (ADA) compliance and rehabilitation projects, pedestrian bridges, mass grading, utilities infrastructure, drainage structures, retaining walls, sidewalks, curbs and gutters, hot-mix asphalt (HMA) paving, slurry seals, box culvert and storm drain channels, parking lots, and underground utilities. Mr. Stewart has excellent communication skills and has proven to be an effective client/owner representative by responding to concerns of local businesses and property owners impacted by adjacent projects. He is also well versed with inspection of SWPPP and Manual on Uniform Traffic Control Devices (MUTCD). City of Carlsbad El Camino Real at College Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s El Camino Real at College Boulevard Intersection Improvement Project. In this role, he was responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk, hot mix asphalt paving, traffic control, and striping. This project required significant coordination and review for the traffic control and pedestrian access. Shawn worked directly with the City staff to identify project issues in the field, develop proposed solutions, and quantify the changes. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. City of Carlsbad Palomar Airport Road Widening Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s Palomar Airport Road Widening Project to widen Palomar Airport Road from the I-5 NB On/Off ramps to Paseo Del Norte. In this role, he is responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk, hot mix asphalt paving, traffic control, and striping. This project required significant coordination with the local businesses, utility owners, and Caltrans. Additionally, Shawn worked directly with the City staff to identify project issues in the field, develop proposed solutions, and quantify the changes. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. City of Carlsbad Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court Project to upgrade the traffic signals at two locations. In this role, he was responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk and curb ramps. Mr. Stewart worked closely with the City staff to implement a change order revising the signal to a fiber optic backbone. Additional tasks included coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2017 Citywide Pavement Overlay Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s 2017 Citywide Pavement Overlay Project to repair various roadways requiring crack sealing and pavement rehabilitation throughout the City. In this role, he was responsible for the inspection and documentation of all field items of work including asphalt concrete (AC) cold milling, hot mix asphalt paving, traffic control, and striping. Mr. Stewart also reviewed the project plans and performed a pre- walk of the project to verify and amend the Engineers’ estimated quantities, confirm roadway mark-outs of asphalt removal areas, and review planned traffic control measures and detours. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. Additional tasks included Education/Professional Registration City of San Diego Public Utilities Department Recycled Water Site Supervisor, No. 4437 CAL/OSHA 10-Hour Construction Safety and Health Training Caltrans Construction Division Field Office Procedures Training NCTD Railroad Worker Protection Training MTS Roadway Worker Protection Training Previously Certified Preparer of SWPPP (CPSWPPP) and Compliance Inspector of Stormwater (CCIS) PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2012/2013 Slurry Seal and Asphalt Concrete Overlay Projects (Carlsbad, CA) Mr. Stewart served as an Inspector for the City of Carlsbad’s annual pavement management program. In this role, he provided inspection of roadways requiring crack sealing and pavement rehabilitation. His tasks included a pre-walk of project to verify and amend the Engineers’ estimated quantities, roadway mark-outs to identify asphalt removal areas, and monitoring crack sealing and traffic control measures. Additionally, Mr. Stewart served as a City and public representative for public outreach efforts, including communicating with residents, local businesses, public and private schools, as well as emergency services. He was also responsible for updating the project engineering section on the City’s website and posting project weekly schedules and area-impact maps for online access. Additional tasks included coordination and modifications to contract documents for City traffic, design, and staff engineers. Monthly progress payments, quantities verifications, project documentation, and project redline records were also provided. City of Carlsbad ADA Improvements Program (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector on this $620K ADA improvements project consisting of the replacement of over 100 curb ramps and the retrofit of over 50 existing curb ramps in the downtown Village, bringing them into compliance with current ADA standards. Traffic control, public notification, public parking, and staging make this project particularly challenging. Mr. Stewart’s responsibilities include field inspection, preparing monthly progress payments, and submittal review. He additionally coordinates with stakeholders and informs local businesses and affected public of construction updates. City of Carlsbad Bridge Preventative Maintenance Program 2017 (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector for the City of Carlsbad’s 2017 $434K Bridge Preventive Maintenance Program for Poinsettia Lane Bridge over NCTD train tracks and Calle Barcelona Pedestrian Overcrossing. The project includes work on the Poinsettia Lane Bridge over NCTD railroad tracks and the Calle Barcelona Pedestrian Bridge. The work on the Poinsettia Lane Bridge includes replacement of the concrete barrier and chain-link fencing on the south side of the bridge, as well as repairing broken concrete and rusting components leading up to the bridge. The work on the Calle Barcelona Pedestrian Bridge includes repairing stone veneers and sealing the bridge deck. The Project will extend the service life of both bridges and eliminate costly repairs due to lack of maintenance. Mr. Stewart’s responsibilities include inspection of barrier rail with masonry wall removal and replacement, joint seal replacement, and bridge methacrylate treatment; traffic control; submittal review; progress payments to the Contractor; and coordination with the City and the public. City of Laguna Hills Citywide Asphalt Concrete Rehabilitation/Slurry Seal Project 2007 (Laguna Hills, CA) Mr. Stewart served as an Assistant Resident Engineer on this pavement rehabilitation/slurry seal project for the City of Laguna Hills. He was responsible for identifying areas of existing pavement for rehabilitation, inspecting the removal and replacement of the AC structural section, and monitoring the Type 2 slurry seal application. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. County of San Diego Annual Curb, Gutter, and Sidewalk Replacement (San Diego, CA) Mr. Stewart served as an Assistant Resident Engineer on this project, which replaced damaged sections of curb, gutter, and sidewalk at numerous locations throughout San Diego County. Mr. Stewart inspected removals, subgrade preparation, root barrier placement, concrete placement, and AC slot pavement in front of gutters. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. PSA21-1201CMI - Task No. 28 Appendix "A" (Cont.) DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 c,NFELDER ~ CONSTRUCTION SERVICES AB F Ho l d e r I d e n t i f i e r : 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 1 6 1 6 0 4 5 5 7 1 1 1 0 7 7 7 6 1 7 1 1 6 3 0 4 5 5 7 2 0 7 4 5 3 1 3 6 7 7 2 4 0 6 3 1 0 0 7 3 6 5 0 5 6 6 1 5 7 3 3 0 0 2 0 7 3 6 0 5 1 1 1 3 0 6 2 0 1 0 3 0 7 4 6 2 0 5 1 7 2 2 2 6 5 4 1 3 0 7 4 2 7 7 2 6 1 3 2 1 3 7 3 2 0 0 7 6 3 6 0 0 0 5 7 6 0 1 7 7 5 7 0 7 7 4 4 0 1 5 3 5 2 2 7 4 5 7 0 0 7 6 7 2 7 2 4 2 0 3 5 7 7 2 0 0 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 3 5 2 5 6 7 7 1 1 5 4 5 6 0 0 0 7 2 2 0 1 1 4 0 6 1 2 6 2 1 3 3 0 7 0 3 3 3 2 6 2 4 3 0 6 2 1 1 0 0 7 0 3 2 3 2 6 2 5 3 1 7 2 0 0 0 0 7 1 2 2 2 3 7 3 4 2 1 6 2 1 1 1 0 7 1 2 2 3 3 7 3 5 2 1 6 2 1 0 0 0 7 0 2 2 2 2 7 3 5 3 0 7 2 0 0 1 0 7 0 3 3 3 3 6 2 4 2 1 6 2 0 0 1 0 7 1 2 2 2 3 6 3 5 2 1 7 3 1 1 1 0 7 7 7 5 6 1 6 3 3 5 1 7 6 5 5 4 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 Ce r t i f i c a t e N o : 57 0 0 9 8 6 6 6 0 5 5 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/29/2023 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 16535Zurich American Ins CoINSURER A: 24319Allied World Surplus Lines Insurance CoINSURER B: 26247American Guarantee & Liability Ins CoINSURER C: INSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: The Kleinfelder Group, Inc 770 First Ave., Suite 400San Diego CA 92101 USA COVERAGES CERTIFICATE NUMBER:570098666055 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 A 04/01/2023 04/01/2024GLO612459402 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000A04/01/2023 04/01/2024 COMBINED SINGLE LIMIT (Ea accident) BAP 6124595-02 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $2,000,000 $2,000,000 04/01/2023UMBRELLA LIABC 04/01/2024612459716 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEA04/01/2023 04/01/2024 All States $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC612459602 Each ClaimPSDEF230064704/01/2023 04/01/2024 Claims-Made Policy $2,000,000Aggregate Environmental Contractor Poll/Prof [E&O] B SIR applies per policy terms & conditions $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Projects as on file with the insured including but not limited to Job No. 20161803, El Camino Real Bridge Widening. The City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General Liability policy. The General Liability evidenced herein is Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of the Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. See Attached for Notice of Cancellation Provisions. See Attached for Complete List of Named Insureds. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP. O. Box 4668 - ECM #35050 New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 _____, I ACC>RC,® ~ I -D □ - - - ~ □ □ - -~ -~ -~ -H I I I I I □ NAMED INSURED SCHEDULE AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Insurance Services West, Inc. 570000071365 570098666055 570098666055 Page _ of _ The Kleinfelder Group, Inc Kleinfelder, Inc.The Kleinfelder Group, Inc.Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLCKleinfelder PNG Ltd.Kleinfelder Southeast, Inc.Kleinfelder Texas 100, LLCKleinfelder Texas 200, LLCKleinfelder Utah 100, LLCA-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insite Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. Advantage Engineering, LLC - Kleinfelder, Inc. Garcia & Associates - Kleinfelder, Inc. Poggemeyer Design Group, Inc. Design Engineers & Consulting Associates, Inc. (DECA) Industrial Fluid Management, Inc.CM Works, Inc.Gas Transmission Systems, Inc.GTS Engineering & Consulting, LLP Century Engineering, LLC ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 I Additional Insured – Automatic – Owners, Lessees Or Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 6124594-02 Effective Date: 04/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A.Section II – Who Is An Insured is amended to include as an additional insured any person or organization whom youare required to add as an additional insured under a written contract or written agreement executed by you, but onlywith respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to thefollowing: 1.If such written contract or written agreement specifically requires that you provide that the person or organizationbe named as an additional insured under one or both of the following endorsements: a.The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b.The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1)Your ongoing operations, with respect to Paragraph 1.a.above; or (2)"Your work", with respect to Paragraph 1.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a)Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offenseoccurs during the policy period and subsequent to your execution of the written contract or writtenagreement; and (b)Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specificallyrequires that you provide such coverage to such additional insured. 2.If such written contract or written agreement specifically requires that you provide that the person or organizationbe named as an additional insured under one or both of the following endorsements: a.The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b.The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1)Your acts or omissions; or (2)The acts or omissions of those acting on your behalf, U-GL-2162-A CW (02/19)Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 ® ZURICH I in the performance of: (a)Your ongoing operations, with respect to Paragraph 2.a.above; or (b)"Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i)Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii)Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3.If neither Paragraph 1.nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a.Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b.With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1)Your acts or omissions; or (2)The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a)Only applies to the extent permitted by law; (b)Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c)Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4.If neither Paragraph 1.nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a.Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b.With respect to the "products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1)Only applies to the extent permitted by law; (2)Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3)Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and U-GL-2162-A CW (02/19)Page 2 of 4Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 (4)Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. B.Solely with respect to the insurance afforded to any additional insured referenced in Section A.of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1.The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2.Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C.Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV – Commercial General Liability Conditions: The additional insured must see to it that: (1)We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; (2)We receive written notice of a claim or "suit" as soon as practicable; and (3)A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D.Solely with respect to the coverage provided by this endorsement: 1.The following is added to the Other Insurance Condition of Section IV – Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a.The additional insured is a Named Insured under such other insurance; and b.You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2.The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition under Section IV – Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E.This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. U-GL-2162-A CW (02/19)Page 3 of 4Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 F.Solely with respect to the insurance afforded to an additional insured under Paragraph A.3.or Paragraph A.4.of this endorsement, the following is added to Section III – Limits Of Insurance: Additional Insured – Automatic – Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the written contract or written agreement referenced in Section A.of this endorsement; 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, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02/19)Page 4 of 4Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 WC 252 (4-84)WC 04 03 06 (Ed. 4-84)Page 1 of 1 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) 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 engaged in the work described in the Schedule. The additional premium for this endorsement shall be of the California workers' compensation pre-mium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/ORORGANIZATIONS THATARE REQUIRED BYWRITTEN CONTRACT ORAGREEMENT WITH THEINSURED, EXECUTEDPRIOR TO THEACCIDENT OR LOSS,THAT WAIVER OFSUBROGATION BEPROVIDED UNDER THEPOLICY FOR WORKPERFORMED BY YOUFOR THAT PERSONAND/OR ORGANIZATION DocuSign Envelope ID: 3389BDF0-6DE4-42FA-A648-4D59A7A66947 PSA21-1201CMI City Attorney Approved Version 12/28/2022 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 27 PROJECT NO. 6002-21 This twenty-seventh Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kleinfelder Construction Services, Inc., a California corporation, ("Contractor") and the City of Carlsbad, California, a municipal corporation ("City") dated August 18, 2020 (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Construction Management and Inspection Services in accordance with the City of Carlsbad Engineering Standards, 2022 Edition, the Standard Specifications for Public Works Construction, 2021 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated April 19, 2023 (“proposal”), attached as Appendix "A" for the 2021 Sidewalk Construction Program (the “Project"). The Project services shall include Construction Management and Inspection Services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work upon execution of receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within August 17, 2023. Working days are defined in Part 1 General Provisions, Section 1-Terms, Definitions, Abbreviations, Units of Measure, and Symbols, page 4 section titled "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1 "Fee Allotment," herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A," attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A." Additional task groups, not shown in Table 1 or Appendix “A,” will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A,” then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $119,863.00. DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 May 8, 2023 PSA21-1201CMI City Attorney Approved Version 12/28/2022 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 PSA21-1201CMI City Attorney Approved Version 12/28/2022 3 TABLE 1 FEE ALLOTMENT CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES TASK GROUP TIME & MATERIALS Construction Management and Inspection Services $119,863.00 TOTAL (Not-to-Exceed) $119,863.00 CONTRACTOR Kleinfelder Construction Services, Inc. Kleinfelder Construction Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Louis J. Armstrong, President Dan Brockman, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Scott Chadwick, City Manager APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ____________________________ City Attorney DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 May 8, 2023 5761 Copley Drive, Suite 100, San Diego, CA 92111 | P: 858.223.8500 F: 858.223-8499 April 19, 2023 City of Carlsbad Construction Management and Inspection Division 1635 Faraday Avenue Carlsbad, CA 92008 Attention: Steve Didier Municipal Projects Manager SUBJECT: 2021 Carlsbad Sidewalk Construction Project – Construction Management and Inspection Services Dear Mr. Didier: Kleinfelder Construction Services (KCS) is pleased to submit our scope of work and fee proposal to provide construction management and inspection services for the 2021 Carlsbad Sidewalk Construction Project. We are proposing the following personnel to manage the project: Mark Plotnikiewicz, PE, QSD – Project Manager/Schedule Reviews Shawn Stewart – Senior Inspector Mark Plotnikiewicz has over 30 years of civil engineering experience on a variety of transportation and public works projects. He has served as a Project Manager, Resident Engineer, Lead Scheduler, Structures Representative, Lead Constructability Reviewer and Design Engineer. He has successfully completed multiple projects with the City of Carlsbad and thoroughly understands the City’s processes. Mr. Plotnikiewicz will serve as Project Manager for the project as well as provide schedule review services. Shawn Stewart will serve as the Senior Inspector for the project. He brings extensive construction inspection experience and a strong background in the supervision of public works projects. Shawn has worked on multiple projects for the City of Carlsbad including the recent 2020-21 Pavement Overlay project, El Camino Real at College Blvd Intersection Improvements project, Poinsettia Signals project and the Palomar Airport Road Widening project. He has an excellent understanding of the City’s processes and procedures and has developed strong professional relationships with the City staff. Resumes for Mr. Plotnikiewicz and Mr. Stewart are attached for your review. KCS possesses additional qualified inspection staff should other project needs arise, or additional staff be required by the City. Our attached scope of work and fee submittal are based on part- and full-time support for this 90 working day project. PSA21-1201CMI - Task No. 27 Appendix "A" DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 Q IN FELDER ~ CONSTRUCT/ON SERVICES We look forward to continuing our relationship with the City of Carlsbad through this project. If you have any questions about the attached submittal or need any additional information, please do not hesitate to contact us. Sincerely, Attachment Mark Plotnikiewicz, PE, QSD Kleinfelder Construction Services O: 858-223-8480 M: 858-688-7182 E: mplotnikiewicz@kleinfelder.com PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 F City of Carlsbad On-call Construction Management Services 2021 Carlsbad Sidewalk Construction Project KLEINFELDER CONSTRUCTION SERVICES SCOPE OF ENGINEERING SERVICES PROJECT: 2021 Carlsbad Sidewalk Construction Project (6002-21) CLIENT: City of Carlsbad DATE: April 19, 2023 PROJECT DESCRIPTION The project consists of replacing sidewalk, driveway approaches, and associated roadway repairs at multiple locations throughout the City of Carlsbad including: Monroe Street, Tamarack Avenue, and Garfield Street. The contract work also includes the following: • Traffic control • Storm water pollution prevention • Curb ramps • Sidewalk • Driveway • AC grind and overlay • Curb and gutter • Midwest guardrail system • Adjust utilities to grade • Type A gravity retaining wall • Cobblestone parkway CONSTRUCTION MANAGEMENT AND ADMINISTRATION Task 1.1 Review PS&E and Prepare Files The Project Inspector will review the PS&E, permits and other job-related information to gain a thorough understanding of the work involved prior to the preconstruction meeting. Any issues found during the review that may lead to a change order or RFI will be recorded in a comment review form and include a suggested course of action for discussion with the City. The goal is to take the necessary proactive steps to avoid impacts to the schedule or budget of the project. We will also work with the City to set up the project files using the City’s filing system. Task 1.2 Conduct Preconstruction Meeting KCS will prepare for and conduct a preconstruction meeting. Topics will include items such as safety, public outreach, construction methods, work schedule, traffic control, labor compliance, SWPPP, and submittals. Attendees will include KCS, City of Carlsbad Construction Management and Inspection staff, Traffic Department personnel, the General Contractor, and any affected utility companies. KCS will prepare a sign-in sheet and minutes of the meeting. Task 1.3 Perform Construction Management and Administration KCS will assist the City’s Construction Manager in providing construction management and administration necessary for the Project to verify contract compliance. The following is a brief description of some of the major aspects of this work: Submittals: KCS’ Project Inspector will receive, log, review, and respond to all project submittals, as well as coordinate with the City and Project Designer if necessary. Critical submittals include traffic control plans, SWPPP, baseline schedule, AC mix designs, concrete mix designs, and Midwest guardrail. PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 C NFELDER "'=' CONSTRUCTION SERVICES City of Carlsbad On-call Construction Management Services 2021 Carlsbad Sidewalk Construction Project Baseline Schedule: KCS’ Project Inspector and Project Manager will review the baseline schedule submitted by the Contractor and respond accordingly. If the schedule is not approved, we will work with the Contractor to assist in providing an approvable schedule. We understand the importance of having an approved schedule at the beginning of the job in order to have a clear understanding of the upcoming work as well as to always know what activities are on the critical path of the project. KCS will review the monthly schedule updates and focus on areas that may impact the critical path. Project Meetings: KCS’ Project Inspector will coordinate meetings with the Contractor and the City of Carlsbad on a weekly basis or as necessary. The purpose of these meetings will be to discuss upcoming work, project issues, and overall project status. Each meeting will have an agenda in order to provide a platform for efficient dialogue. One of the goals of these meetings will be to identify potential conflicts at the earliest possible stage so they may be resolved without impacting the schedule. KCS will produce written minutes, which will be maintained in the project files. Requests for Information: All Contractor Requests for Information will be logged and reviewed by our Project Inspector. Responses will be timely and in accordance with all contract documents. We will work closely with the Contractor and City of Carlsbad staff to keep the project moving forward. Progress Payments: KCS will develop monthly pay estimates for the work completed by the Contractor. Prior to completing the monthly estimate, KCS will meet with the Contractor to finalize the payment quantities for the appropriate bid items. KCS will submit the monthly pay estimates to the City of Carlsbad for review and process by the specified due date. Change Orders: We will make every effort to complete the project without contract change orders. However, when required, our inspector will provide pertinent information regarding the necessity for the change, affected quantities, and other information to assist in the successful negotiation and execution of contract change orders. Project staff will investigate and analyze different options for solving issues and seek to achieve the best solution possible for the City of Carlsbad. Our understanding is that Carlsbad’s CM will write the change orders with assistance and information provided by our inspector. As with all contract work, we will maintain complete records of all change order work to ensure accurate and complete payment and avoid potential claim situations. Photo Documentation: KCS will document the job site existing conditions with complete and comprehensive job-site photos prior to construction. This will include any features that the plans identify to “remain in place,” or any facility the contractor is obligated to “protect in place.” During the remaining construction activities, progress photos will be taken at frequent durations during the project also. KCS is aware that documentation is often needed to defend against contractor claims of pre-existing damage to an existing facility. Photos will be dated, labeled, and logged for easy retrieval. As-Built Drawings: KCS will maintain redline As-Built Markup Plans during the progress of the project. KCS will provide the City of Carlsbad with the redlined markups maintained during the course of the project that can be utilized in the preparation of final “As-Built Plans” upon completion of the project. Files: The Project Inspector will maintain a complete set of project files in ProCore. Files will be kept current at all times and will be set up in accordance with the City’s filing system. The files will be able to pass a State and Federal audit at any point during the construction. This work includes logging the Contractor’s certified payroll. Task 1.4 Perform Field Inspection and Documentation PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 C NF£LD£R ~ CONSTRUCTION SERVICES City of Carlsbad On-call Construction Management Services 2021 Carlsbad Sidewalk Construction Project KCS will perform quality assurance field inspection and documentation required for the project. The following highlights a few key components of this work: Inspection: KCS will monitor construction activity on the project site and perform benchmark, part-time or full-time inspection depending on the operation and our budget. KCS will verify that the Contractor’s work crew is consistently operating in accordance with the governing safety practices and confirm that the project is being constructed in accordance with the project plans and specifications. Proactive inspection is practiced to catch errors at the earliest possible stage before they affect the budget or schedule. KCS prides itself in developing a good working relationship with the Contractor. This benefits all parties and helps assure a successful project. Public Interface: The Project Inspector will also serve as the main point of contact on behalf of the City in dealing with any questions or issues that arise with both private residents and commercial businesses. The Project Inspector will proactively verify that the contractor provides the public notifications required in the contract and will work proactively with the contractor and the public in resolving issues at the project level. Materials Sampling and Testing: KCS will coordinate with the City’s on-call/as-needed testing firm to meet the Project’s testing requirements. Our Project Inspector will verify that the contractor performs and achieves passing results for all required materials testing. Documentation: Daily construction diaries will be written to document progress by the Contractor, the workforce, and items inspected. A daily diary will also be written to document important conversations and events. The Project Inspector will prepare the weekly statement of working days, progress payments, and contract change orders. Punch list: A punch list will be provided to the Contractor to outline any remaining work necessary to accept the field work. The Project Inspector will work closely with the Contractor throughout the job to verify no major items of work or deficiencies remain when it comes time to prepare a punch list. Task 1.5 Complete Final Reports and Closeout Job Files KCS’ Project Inspector will assist the City’s Construction Manager by providing information for any necessary Report of Completion, which may include a project summary, photos, a final detailed estimate, and as-built drawings. Job files will be finalized and, if paper files are required, the original job files will be boxed and delivered to the City of Carlsbad by our Project Inspector. PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 C NF£LD£R ~ CONSTRUCTION SERVICES ESTIMATE OF FEES*See Note City of Carlsbad CLASSIFICATION TASK: Inspection Services RATE: $195.00 $170.00 $167.00 FEE 1.1 Review PS&E and Prepare Files 4 0 16 $3,452.00 1.2 Preconstruction Meeting 1 0 8 $1,531.00 1.3 CM and Administrative Duties 8 0 24 $5,568.00 1.4 Perform Field Inspection / Documentation 0 625 0 $106,250.00 1.5 Complete Final Reports / Closeout Files 2 0 16 $3,062.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS: CM & Inspection Services 15 625 64 119,863.00$ $119,863.00 Notes: Estimate is based on a 90 WD project. The workweek runs from Monday through Friday. Construction management and administrative duties are based on an 8-hr shift. Field inspection hours are based on the anticipated hours required to complete the work. Additional effort in the form of longer shifts requiring overtime, or extra days required on the project due to issues such as problems with the contract documents, utility conflicts, unsuitable materials, or inefficiencies with the Contractor's operations, are not considered in this estimate, and may require an amendment to this estimated budget. 2021 Carlsbad Sidewalk Construction Project (6002-21) Kleinfelder Construction Services Project Manager Senior Inspector (PW) Senior Inspector (Non-PW) Kleinfelder Construction Services 4/19/2023 PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 I I I STAFF RESUME Mark Plotnikiewicz, PE, QSD Project Manager Mark Plotnikiewicz has 30 years of professional engineering experience providing construction management for a variety of transportation and public works projects as a Project Manager, Resident Engineer, Structures Representative, Lead Constructability Reviewer, Lead Scheduler, and Design Engineer. He brings a comprehensive understanding of all aspects of construction management, including project management, contract oversight, construction surveying, shop drawing review, submittal review and approval, CPM schedule review, QA/QC, constructability reviews, and risk register analysis. Mark’s experience includes serving as a Project Manager and Resident Engineer for several large on-call contracts for owner/agencies such as the City of Carlsbad, City and County of San Diego, NCTD, Caltrans, and SANDAG. City of Carlsbad As-needed Horizontal Construction Management and Inspection Services (Carlsbad, CA) Mr. Plotnikiewicz serves as a Project Manager and Resident Engineer for a variety of task orders for KCS’ current as- needed construction management and inspection contract with the City of Carlsbad. These task orders have included the Sycamore Beach Access Stairway project, the 2017 Pavement Overlay project, the 2017 Bridge Preventative Maintenance Program, and the 2017 ADA Improvement Program. KCS has been providing quality construction management and inspection through our current and previous on-call contracts for nearly two decades. Projects have included numerous annual slurry seal and overlay projects; major roadway, bridge, waterline, and sewer projects; as well as parks and recreation facilities, traffic signals, and pump stations. Mr. Plotnikiewicz’ responsibilities include quality control, staff management, technical oversight, submittal reviews, and task order management. City of Carlsbad/NCTD Poinsettia Lane Overhead (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer and Structure Representative on this approximately $1.5M project, which consisted of bridge widening to Poinsettia Lane over the San Diego Northern Railroad. The superstructure consisted of precast voided concrete slabs with an asphalt concrete (AC) overlay supported by pier walls on a driven pile foundation. Mr. Plotnikiewicz provided construction inspection, contract administration, shop drawings review, coordination with railroad operations and flagging, traffic control inspection, and pile driving. Additionally, he was responsible for the underground utility construction and roadway widening portions of the project. City of Carlsbad Las Encinas Creek Bridge Replacement (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $2M federally-funded bridge replacement project. The project included removal and replacement of a 100-year-old bridge with a precast Conspan arch bridge approximately 38 feet long, 43 feet wide, and eight feet tall, supported on a reinforced concrete slab with six-foot-deep cut-off walls, creek rock slope protection and improvements, roadway reconstruction, and drainage installation. His responsibilities included all aspects of construction management including inspection, SWPPP compliance, falsework review, submittal reviews, responding to RFIs, negotiating and writing change orders, preparing correspondence to the Contractor and others, completing contract item adjustments, preparing as-built drawings, and overall contract administration. Due to construction coinciding with San Diego’s rainy season, Mr. Plotnikiewicz worked with the Contractor to verify that all stream diversions and SWPPP Best Management Practices (BMPs) were installed per the contract documents and environmental permits. City of Carlsbad, Carlsbad Boulevard Bridge Seismic Retrofit (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $1M, federally-funded bridge retrofit project, which consisted of seismic retrofit upgrades to an existing three-span bridge including footing widening, pier wall construction, bolster retrofit, and slope regrading. The bridge crosses over the NCTD railroad, which required close coordination with the railroad operations. Temporary supports were constructed for a 12-inch-diameter, high-pressure gas main during excavation requiring review of the support drawings and close coordination with SoCal Gas. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, submittal Education/Professional Registration B.S., Civil Engineering Civil Engineer in California, No. 58608 Qualified SWPPP Developer, No. 20655 CAL/OSHA 10-Hour Construction Safety and Health Training FHWA NBIS Bridge Inspection Training – Team Leader PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME reviews, excavation plan review, responding to RFIs, preparing correspondence to the Contractor and others, negotiating and writing change orders, preparing Caltrans Local Assistance invoices for Federal reimbursement, drafting as-built drawings, and overall contract administration. City of Carlsbad Rancho Santa Fe Road Realignment Project, Phase II (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $13M, federally-funded roadway realignment project from Melrose Drive to La Costa Avenue in Carlsbad, California. The project included staged construction of a new, realigned six-lane roadway, construction of domestic and reclaimed water lines, sewer and storm drain systems, major dry utility relocations and undergrounding, and bridge replacement and realignment of an existing intersection. Additional project elements included staged replacement of an existing bridge over San Marcos Creek with two new cast-in-place, post- tensioned concrete box girder bridges. High skews, large utility blockouts, and a radius made the bridge construction challenging. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, filing in accordance with Caltrans filing system, reviewing submittals, responding to RFIs, preparing letters to the Contractor, negotiating and preparing change orders, and overall contract administration. Mr. Plotnikiewicz worked closely with the Contractor to ensure the falsework was constructed in the creek to withstand the high flows that ensued during one of San Diego’s heavier rainy seasons. Due to the project’s proximity between two ongoing construction sites, Mr. Plotnikiewicz attended regular meetings with the adjacent Contractors and agencies to coordinate traffic shifts and traffic control. NCTD As-needed Construction Management and Construction Inspection Services (San Diego County, CA) Mr. Plotnikiewicz serves as the Project Manager for KCS’ on-call contract with NCTD. KCS’ scope of services for this contract includes construction management and construction inspection services for a variety of bus, rail, and transit projects, as well as NCTD Capital Improvement projects, NCTD encroachment projects, and SANDAG supported projects on NCTD right-of-way. As Project Manager, Mr. Plotnikiewicz implements and executes our quality control procedures, ensures team members are adequately equipped and trained to perform their job functions, and monitors our performance on a frequent basis with NCTD. He also provides contract administration and construction engineering as needed. Caltrans District 11 On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Senior Engineer for the Caltrans District 11 Claims Department performing constructability reviews and providing CPM schedule analysis and review services. His responsibilities include analyzing Contractor’s baseline and monthly schedule updates using Primavera P3 and P6, Microsoft Project, Claim Digger, and SureTrak; preparing time impact analysis to determine construction delays; and assisting project designers in the development of CPM schedules used for programming jobs and determining working days. Mr. Plotnikiewicz also prepares and reviews CPM schedules and contract documents for projects prior to bid to verify working days, constructability, and logic of stage construction plans; and assists the Duty Senior with responses to bidder’s inquiries. SANDAG On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Kleinfelder Construction Services’ Lead Schedule Engineer for this on-call contract, participating in numerous task orders including Oceanside Transit Center, Superloop Phase 3, Sorrento to Miramar Phases 1 and 2, East County Bus Maintenance Facility, Sorrento Valley Double Track, and South Bay Bus Rapid Transit Phases 1A, 1B and 2A/2B, and Mid-City Bus Rapid Transit. Mr. Plotnikiewicz is responsible for reviewing baseline CPM schedules, monthly update schedules, and TIAs. He prepares independent TIAs based on the project records to verify if the Contractor-prepared TIAs are valid and creates “what-if” schedules to assess potential project impacts. Mr. Plotnikiewicz has also created project schedules during the constructability review phase to verify the contract working days. PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME Shawn Stewart Senior Inspector Shawn Stewart has 28 years of construction management and inspection experience on a wide range of projects, including pavement rehabilitation, annual slurry seal improvement projects, polyester concrete overlay, bridge deck and structure rehabilitation, roadway widenings, realignments and new alignments, trolley station improvements, light and heavy rail improvements, and bus facility improvements. He has provided inspection for Americans with Disabilities Act (ADA) compliance and rehabilitation projects, pedestrian bridges, mass grading, utilities infrastructure, drainage structures, retaining walls, sidewalks, curbs and gutters, hot-mix asphalt (HMA) paving, slurry seals, box culvert and storm drain channels, parking lots, and underground utilities. Mr. Stewart has excellent communication skills and has proven to be an effective client/owner representative by responding to concerns of local businesses and property owners impacted by adjacent projects. He is also well versed with inspection of SWPPP and Manual on Uniform Traffic Control Devices (MUTCD). City of Carlsbad El Camino Real at College Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s El Camino Real at College Boulevard Intersection Improvement Project. In this role, he was responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk, hot mix asphalt paving, traffic control, and striping. This project required significant coordination and review for the traffic control and pedestrian access. Shawn worked directly with the City staff to identify project issues in the field, develop proposed solutions, and quantify the changes. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. City of Carlsbad Palomar Airport Road Widening Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s Palomar Airport Road Widening Project to widen Palomar Airport Road from the I-5 NB On/Off ramps to Paseo Del Norte. In this role, he is responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk, hot mix asphalt paving, traffic control, and striping. This project required significant coordination with the local businesses, utility owners, and Caltrans. Additionally, Shawn worked directly with the City staff to identify project issues in the field, develop proposed solutions, and quantify the changes. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. City of Carlsbad Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court Project to upgrade the traffic signals at two locations. In this role, he was responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk and curb ramps. Mr. Stewart worked closely with the City staff to implement a change order revising the signal to a fiber optic backbone. Additional tasks included coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2017 Citywide Pavement Overlay Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s 2017 Citywide Pavement Overlay Project to repair various roadways requiring crack sealing and pavement rehabilitation throughout the City. In this role, he was responsible for the inspection and documentation of all field items of work including asphalt concrete (AC) cold milling, hot mix asphalt paving, traffic control, and striping. Mr. Stewart also reviewed the project plans and performed a pre- walk of the project to verify and amend the Engineers’ estimated quantities, confirm roadway mark-outs of asphalt removal areas, and review planned traffic control measures and detours. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. Additional tasks included Education/Professional Registration City of San Diego Public Utilities Department Recycled Water Site Supervisor, No. 4437 CAL/OSHA 10-Hour Construction Safety and Health Training Caltrans Construction Division Field Office Procedures Training NCTD Railroad Worker Protection Training MTS Roadway Worker Protection Training Previously Certified Preparer of SWPPP (CPSWPPP) and Compliance Inspector of Stormwater (CCIS) PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2012/2013 Slurry Seal and Asphalt Concrete Overlay Projects (Carlsbad, CA) Mr. Stewart served as an Inspector for the City of Carlsbad’s annual pavement management program. In this role, he provided inspection of roadways requiring crack sealing and pavement rehabilitation. His tasks included a pre-walk of project to verify and amend the Engineers’ estimated quantities, roadway mark-outs to identify asphalt removal areas, and monitoring crack sealing and traffic control measures. Additionally, Mr. Stewart served as a City and public representative for public outreach efforts, including communicating with residents, local businesses, public and private schools, as well as emergency services. He was also responsible for updating the project engineering section on the City’s website and posting project weekly schedules and area-impact maps for online access. Additional tasks included coordination and modifications to contract documents for City traffic, design, and staff engineers. Monthly progress payments, quantities verifications, project documentation, and project redline records were also provided. City of Carlsbad ADA Improvements Program (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector on this $620K ADA improvements project consisting of the replacement of over 100 curb ramps and the retrofit of over 50 existing curb ramps in the downtown Village, bringing them into compliance with current ADA standards. Traffic control, public notification, public parking, and staging make this project particularly challenging. Mr. Stewart’s responsibilities include field inspection, preparing monthly progress payments, and submittal review. He additionally coordinates with stakeholders and informs local businesses and affected public of construction updates. City of Carlsbad Bridge Preventative Maintenance Program 2017 (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector for the City of Carlsbad’s 2017 $434K Bridge Preventive Maintenance Program for Poinsettia Lane Bridge over NCTD train tracks and Calle Barcelona Pedestrian Overcrossing. The project includes work on the Poinsettia Lane Bridge over NCTD railroad tracks and the Calle Barcelona Pedestrian Bridge. The work on the Poinsettia Lane Bridge includes replacement of the concrete barrier and chain-link fencing on the south side of the bridge, as well as repairing broken concrete and rusting components leading up to the bridge. The work on the Calle Barcelona Pedestrian Bridge includes repairing stone veneers and sealing the bridge deck. The Project will extend the service life of both bridges and eliminate costly repairs due to lack of maintenance. Mr. Stewart’s responsibilities include inspection of barrier rail with masonry wall removal and replacement, joint seal replacement, and bridge methacrylate treatment; traffic control; submittal review; progress payments to the Contractor; and coordination with the City and the public. City of Laguna Hills Citywide Asphalt Concrete Rehabilitation/Slurry Seal Project 2007 (Laguna Hills, CA) Mr. Stewart served as an Assistant Resident Engineer on this pavement rehabilitation/slurry seal project for the City of Laguna Hills. He was responsible for identifying areas of existing pavement for rehabilitation, inspecting the removal and replacement of the AC structural section, and monitoring the Type 2 slurry seal application. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. County of San Diego Annual Curb, Gutter, and Sidewalk Replacement (San Diego, CA) Mr. Stewart served as an Assistant Resident Engineer on this project, which replaced damaged sections of curb, gutter, and sidewalk at numerous locations throughout San Diego County. Mr. Stewart inspected removals, subgrade preparation, root barrier placement, concrete placement, and AC slot pavement in front of gutters. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. PSA21-1201CMI - Task No. 27 Appendix "A" (Cont.) DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 c,NFELDER ~ CONSTRUCTION SERVICES AB F Ho l d e r I d e n t i f i e r : 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 1 6 1 6 0 4 5 5 7 1 1 1 0 7 7 7 6 1 7 1 1 6 3 0 4 5 5 7 2 0 7 4 5 3 1 3 6 7 7 2 4 0 6 3 1 0 0 7 3 6 5 0 5 6 6 1 5 7 3 3 0 0 2 0 7 3 6 0 5 1 1 1 3 0 6 2 0 1 0 3 0 7 4 6 2 0 5 1 7 2 2 2 6 5 4 1 3 0 7 4 2 7 7 2 6 1 3 2 1 3 7 3 2 0 0 7 6 3 6 0 0 0 5 7 6 0 1 7 7 5 7 0 7 7 4 4 0 1 5 3 5 2 2 7 4 5 7 0 0 7 6 7 2 7 2 4 2 0 3 5 7 7 2 0 0 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 3 5 2 5 6 7 7 1 1 5 4 5 6 0 0 0 7 2 2 0 1 1 4 0 6 1 2 6 2 1 3 3 0 7 0 3 3 3 2 6 2 4 3 0 6 2 1 1 0 0 7 0 3 2 3 2 6 2 5 3 1 7 2 0 0 0 0 7 1 2 2 2 3 7 3 4 2 1 6 2 1 1 1 0 7 1 2 2 3 3 7 3 5 2 1 6 2 1 0 0 0 7 0 2 2 2 2 7 3 5 3 0 7 2 0 0 1 0 7 0 3 3 3 3 6 2 4 2 1 6 2 0 0 1 0 7 1 2 2 2 3 6 3 5 2 1 7 3 1 1 1 0 7 7 7 5 6 1 6 3 3 5 1 7 6 5 5 4 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 Ce r t i f i c a t e N o : 57 0 0 9 8 6 6 6 0 5 5 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/29/2023 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 16535Zurich American Ins CoINSURER A: 24319Allied World Surplus Lines Insurance CoINSURER B: 26247American Guarantee & Liability Ins CoINSURER C: INSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: The Kleinfelder Group, Inc 770 First Ave., Suite 400San Diego CA 92101 USA COVERAGES CERTIFICATE NUMBER:570098666055 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 A 04/01/2023 04/01/2024GLO612459402 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000A04/01/2023 04/01/2024 COMBINED SINGLE LIMIT (Ea accident) BAP 6124595-02 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $2,000,000 $2,000,000 04/01/2023UMBRELLA LIABC 04/01/2024612459716 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEA04/01/2023 04/01/2024 All States $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC612459602 Each ClaimPSDEF230064704/01/2023 04/01/2024 Claims-Made Policy $2,000,000Aggregate Environmental Contractor Poll/Prof [E&O] B SIR applies per policy terms & conditions $2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Projects as on file with the insured including but not limited to Job No. 20161803, El Camino Real Bridge Widening. The City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General Liability policy. The General Liability evidenced herein is Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of the Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. See Attached for Notice of Cancellation Provisions. See Attached for Complete List of Named Insureds. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP. O. Box 4668 - ECM #35050 New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 _____, I ACC>RC,® ~ I -D □ - - - ~ □ □ - -~ -~ -~ -H I I I I I □ NAMED INSURED SCHEDULE AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Insurance Services West, Inc. 570000071365 570098666055 570098666055 Page _ of _ The Kleinfelder Group, Inc Kleinfelder, Inc.The Kleinfelder Group, Inc.Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLCKleinfelder PNG Ltd.Kleinfelder Southeast, Inc.Kleinfelder Texas 100, LLCKleinfelder Texas 200, LLCKleinfelder Utah 100, LLCA-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insite Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. Advantage Engineering, LLC - Kleinfelder, Inc. Garcia & Associates - Kleinfelder, Inc. Poggemeyer Design Group, Inc. Design Engineers & Consulting Associates, Inc. (DECA) Industrial Fluid Management, Inc.CM Works, Inc.Gas Transmission Systems, Inc.GTS Engineering & Consulting, LLP Century Engineering, LLC ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 I Additional Insured – Automatic – Owners, Lessees Or Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 6124594-02 Effective Date: 04/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A.Section II – Who Is An Insured is amended to include as an additional insured any person or organization whom youare required to add as an additional insured under a written contract or written agreement executed by you, but onlywith respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to thefollowing: 1.If such written contract or written agreement specifically requires that you provide that the person or organizationbe named as an additional insured under one or both of the following endorsements: a.The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b.The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" arises out of: (1)Your ongoing operations, with respect to Paragraph 1.a.above; or (2)"Your work", with respect to Paragraph 1.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a)Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offenseoccurs during the policy period and subsequent to your execution of the written contract or writtenagreement; and (b)Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specificallyrequires that you provide such coverage to such additional insured. 2.If such written contract or written agreement specifically requires that you provide that the person or organizationbe named as an additional insured under one or both of the following endorsements: a.The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b.The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1)Your acts or omissions; or (2)The acts or omissions of those acting on your behalf, U-GL-2162-A CW (02/19)Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 ® ZURICH I in the performance of: (a)Your ongoing operations, with respect to Paragraph 2.a.above; or (b)"Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i)Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii)Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3.If neither Paragraph 1.nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a.Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b.With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part by: (1)Your acts or omissions; or (2)The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a)Only applies to the extent permitted by law; (b)Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c)Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4.If neither Paragraph 1.nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a.Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b.With respect to the "products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1)Only applies to the extent permitted by law; (2)Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3)Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and U-GL-2162-A CW (02/19)Page 2 of 4Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 (4)Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. B.Solely with respect to the insurance afforded to any additional insured referenced in Section A.of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1.The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2.Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C.Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV – Commercial General Liability Conditions: The additional insured must see to it that: (1)We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; (2)We receive written notice of a claim or "suit" as soon as practicable; and (3)A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D.Solely with respect to the coverage provided by this endorsement: 1.The following is added to the Other Insurance Condition of Section IV – Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a.The additional insured is a Named Insured under such other insurance; and b.You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2.The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition under Section IV – Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E.This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. U-GL-2162-A CW (02/19)Page 3 of 4Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 F.Solely with respect to the insurance afforded to an additional insured under Paragraph A.3.or Paragraph A.4.of this endorsement, the following is added to Section III – Limits Of Insurance: Additional Insured – Automatic – Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the written contract or written agreement referenced in Section A.of this endorsement; 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, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW (02/19)Page 4 of 4Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 WC 252 (4-84)WC 04 03 06 (Ed. 4-84)Page 1 of 1 WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) 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 engaged in the work described in the Schedule. The additional premium for this endorsement shall be of the California workers' compensation pre-mium otherwise due on such remuneration. Schedule Person or Organization Job Description ALL PERSONS AND/ORORGANIZATIONS THATARE REQUIRED BYWRITTEN CONTRACT ORAGREEMENT WITH THEINSURED, EXECUTEDPRIOR TO THEACCIDENT OR LOSS,THAT WAIVER OFSUBROGATION BEPROVIDED UNDER THEPOLICY FOR WORKPERFORMED BY YOUFOR THAT PERSONAND/OR ORGANIZATION DocuSign Envelope ID: 0C559752-0274-4A70-95CC-DE524063DE60 PSA21-1201CMI City Attorney Approved Version 12/28/2022 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 25 PROJECT NO. 6001-20OL This twenty-fifth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kleinfelder Construction Services, Inc., a California Corporation, ("Contractor") and the City of Carlsbad, California, ("City") dated Aug. 18, 2020, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide Construction Management and Inspection Services in accordance with the City of Carlsbad Engineering Standards, 2022 Edition, the Standard Specifications for Public Works Construction, 2021 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated March 14, 2023, (“proposal”), attached as Appendix "A" for the 2020-21 Pavement Overlay, (the “Project"). The Project services shall include Construction Management and Inspection Services. 2.PROGRESS AND COMPLETIONContractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work upon execution. Contractor shall complete the work by May 31, 2023. Working days are defined in Part 1 General Provisions, Section 1-Terms, Definitions, Abbreviations, Units of Measure, and Symbols, page 4 section titled "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1.Progress payments shall be based on work days. Appendix "A," attached, prepared by Contractor and reviewed by City, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A." Additional task groups, not shown in Table 1 or Appendix “A,” will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A,” then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $40,037.00. DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA March 28, 2023 PSA21-1201CMI City Attorney Approved Version 12/28/2022 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA PSA21-1201CMI City Attorney Approved Version 12/28/2022 3 TABLE 1 FEE ALLOTMENT CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES TASK GROUP TIME & MATERIALS Construction Management and Inspection Services $40,037.00 TOTAL (Not-to-Exceed) $40,037.00 CONTRACTOR Kleinfelder Construction Services, Inc. Kleinfelder Construction Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) Louis Armstrong, President (sign here) Dan Brockman, Assistant Secretary (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Geoff Patnoe, Assistant City Manager, as authorized by the City Manager APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: ____________________________ City Attorney DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA March 28, 2023 5761 Copley Drive, Suite 100, San Diego, CA 92111 | P: 858.223.8500 F: 858.223-8499 March 14, 2023 City of Carlsbad Construction Management and Inspection Division 1635 Faraday Avenue Carlsbad, CA 92008 Attention: Steve Didier Municipal Projects Manager SUBJECT: 2020-21 Pavement Overlay Construction Management and Inspection Services – Additional Funds Dear Mr. Didier: Kleinfelder Construction Services (KCS) is pleased to submit our scope of work and fee proposal for additional funds to provide construction management and inspection services for the 2020- 21 Pavement Overlay project. We are proposing the following personnel to manage the project: Mark Plotnikiewicz, PE, QSD – Project Manager/Schedule Reviews Shawn Stewart – Senior Inspector Mark Plotnikiewicz has 30 years of civil engineering experience on a variety of transportation and public works projects. He has served as a Project Manager, Resident Engineer, Lead Scheduler, Structures Representative, Lead Constructability Reviewer and Design Engineer. He has successfully completed multiple projects with the City of Carlsbad and thoroughly understands the City’s processes. Mr. Plotnikiewicz will serve as Project Manager for the project as well as provide schedule review services. Shawn Stewart will serve as the Senior Inspector for the project. He brings extensive construction inspection experience and a strong background in the supervision of public works projects. Shawn has worked on multiple projects for the City of Carlsbad including the recent El Camino Real at College Blvd Intersection Improvements project, Poinsettia Signals project and the Palomar Airport Road Widening project. He has an excellent understanding of the City’s processes and procedures and has developed strong professional relationships with City staff. Resumes for Mr. Plotnikiewicz and Mr. Stewart are attached for your review. KCS possesses additional qualified inspection staff should other project needs arise, or additional staff be required by the City. Our attached scope of work and fee submittal are our estimates to close out the project. PSA21-1201CMI Appendix "A" DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA Q IN FELDER ~ CONSTRUCT/ON SERVICES We look forward to continuing our relationship with the City of Carlsbad through this project. If you have any questions about the attached submittal or need any additional information, please do not hesitate to contact us. Sincerely, Attachment Mark Plotnikiewicz, PE, QSD Kleinfelder Construction Services O: 858-223-8480 M: 858-688-7182 E: mplotnikiewicz@kleinfelder.com PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA F City of Carlsbad On-call Construction Management Services 2020-21 Pavement Overlay – Additional Funds KLEINFELDER CONSTRUCTION SERVICES SCOPE OF ENGINEERING SERVICES PROJECT: 2020-21 Pavement Overlay CLIENT: City of Carlsbad DATE: March 14, 2023 PROJECT DESCRIPTION The project consists of coldmilling, paving, and striping on El Camino Real from Cannon Road to Levante Street and on Batiquitos Drive from Poinsettia Lane to Camino De Las Ondas in the City of Carlsbad. This work includes the following elements: • Traffic control • Coldmilling • AC Paving • Adjusting utilities to grade • Signing • Striping CONSTRUCTION MANAGEMENT AND ADMINISTRATION Task 1.1 Perform Construction Management and Administration KCS will assist the City’s Construction Manager in providing construction management and administration necessary for the Project to verify contract compliance. The following is a brief description of some of the major aspects of this work: Submittals: KCS’ Project Inspector will receive, log, review, and respond to all project submittals, as well as coordinate with the City and Project Designer if necessary. Critical submittals include WPCP, baseline schedule, traffic control plans, and AC mix designs. Baseline Schedule: KCS’ Project Inspector and Project Manager will review the baseline schedule submitted by the Contractor and respond accordingly. If the schedule is not approved, we will work with the Contractor to assist in providing an approvable schedule. We understand the importance of having an approved schedule at the beginning of the job in order to have a clear understanding of the upcoming work as well as to always know what activities are on the critical path of the project. KCS will review the monthly schedule updates and focus on areas that may impact the critical path. Project Meetings: KCS’ Project Inspector will coordinate meetings with the Contractor and the City of Carlsbad on a weekly basis or as necessary. The purpose of these meetings will be to discuss upcoming work, project issues, and overall project status. Each meeting will have an agenda in order to provide a platform for efficient dialogue. One of the goals of these meetings will be to identify potential conflicts at the earliest possible stage so they may be resolved without impacting the schedule. KCS will produce written minutes, which will be maintained in the project files. Requests for Information: All Contractor Requests for Information will be logged and reviewed by our Project Inspector. Responses will be timely and in accordance with all contract documents. We will work closely with the Contractor and City of Carlsbad staff to keep the project moving forward. PSA21-1201CMI Appendix "A" (cont'd) DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA C NFELDER ~ CONSTRUCTION SERVICES City of Carlsbad On-call Construction Management Services 2020-21 Pavement Overlay – Additional Funds Progress Payments: KCS will develop monthly pay estimates for the work completed by the Contractor. Prior to completing the monthly estimate, KCS will meet with the Contractor to finalize the payment quantities for the appropriate bid items. KCS will submit the monthly pay estimates to the City of Carlsbad for review and process by the specified due date. Change Orders: We will make every effort to complete the project without contract change orders. However, when required, our inspector will provide pertinent information regarding the necessity for the change, affected quantities, and other information to assist in the successful negotiation and execution of contract change orders. Project staff will investigate and analyze different options for solving issues and seek to achieve the best solution possible for the City of Carlsbad. Our understanding is that Carlsbad’s CM will write the change orders with assistance and information provided by our inspector. As with all contract work, we will maintain complete records of all change order work to ensure accurate and complete payment and avoid potential claim situations. Photo Documentation: KCS will document the job site existing conditions with complete and comprehensive job-site photos prior to construction. This will include any features that the plans identify to “remain in place,” or any facility the contractor is obligated to “protect in place.” During the remaining construction activities, progress photos will be taken at frequent durations during the project also. KCS is aware that documentation is often needed to defend against contractor claims of pre-existing damage to an existing facility. Photos will be dated, labeled, and logged for easy retrieval. As-Built Drawings: KCS will maintain redline As-Built Markup Plans during the progress of the project. KCS will provide the City of Carlsbad with the redlined markups maintained during the course of the project that can be utilized in the preparation of final “As-Built Plans” upon completion of the project. Files: The Project Inspector will maintain a complete set of project files. Files will be kept current at all times and will be set up in accordance with the City’s filing system. The files will be able to pass a State and Federal audit at any point during the construction. This work includes logging the Contractor’s certified payroll. Task 1.2 Perform Field Inspection and Documentation KCS will perform quality assurance field inspection and documentation required for the project. The following highlights a few key components of this work: Inspection: KCS will monitor construction activity on the project site and perform benchmark, part-time or full-time inspection depending on the operation and our budget. KCS will verify that the Contractor’s work crew is consistently operating in accordance with the governing safety practices and confirm that the project is being constructed in accordance with the project plans and specifications. Proactive inspection is practiced to catch errors at the earliest possible stage before they affect the budget or schedule. KCS prides itself in developing a good working relationship with the Contractor. This benefits all parties and helps assure a successful project. Public Interface: The Project Inspector will also serve as the main point of contact on behalf of the City in dealing with any questions or issues that arise with both private residents and commercial businesses. The Project Inspector will proactively verify that the contractor provides the public notifications required in the contract and will work proactively with the contractor and the public in resolving issues at the project level. PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA C NF£LD£R ~ CONSTRUCTION SERVICES City of Carlsbad On-call Construction Management Services 2020-21 Pavement Overlay – Additional Funds Materials Sampling and Testing: KCS will coordinate with the City’s on-call/as-needed testing firm to meet the Project’s testing requirements. Our Project Inspector will verify that the contractor performs and achieves passing results for all required materials testing. Documentation: Daily construction diaries will be written to document progress by the Contractor, the workforce, and items inspected. A daily diary will also be written to document important conversations and events. The Project Inspector will prepare the weekly statement of working days, progress payments, and contract change orders. Punch list: A punch list will be provided to the Contractor to outline any remaining work necessary to accept the field work. The Project Inspector will work closely with the Contractor throughout the job to verify no major items of work or deficiencies remain when it comes time to prepare a punch list. Task 1.3 Complete Final Reports and Closeout Job Files KCS’ Project Inspector will assist the City’s Construction Manager by providing information for any necessary Report of Completion, which may include a project summary, photos, a final detailed estimate, and as-built drawings. Job files will be finalized and the original job files will be boxed and delivered to the City of Carlsbad by our Project Inspector. PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA C NF£LD£R ~ CONSTRUCTION SERVICES ESTIMATE OF FEES*See Note City of Carlsbad CLASSIFICATION TASK: RATE: $195.00 $170.00 $167.00 FEE 1.1 CM and Administrative Duties 7 0 30 $6,375.00 1.2 Perform Field Inspection / Documentation 0 180 0 $30,600.00 1.3 Complete Final Reports / Closeout Files 2 0 16 $3,062.00 $0.00 TOTALS: CM & Inspection Services 9 180 46 $40,037.00 $40,037.00 Additional effort in the form of longer shifts requiring overtime, or extra days required on the project due to issues such as problems with the contract documents, utility conflicts, unsuitable materials, or inefficiencies with the Contractor's operations, are not considered in this estimate, and may require an amendment to this estimated budget. 2020-21 Pavement Overlay - Additional Funds Notes: Estimate is based on the effort required to complete the project. The workweek runs from Monday through Friday. Construction management and administrative duties are based on an 8-hr shift. Field inspection hours are based on the anticipated hours required to complete the work and include no overtime. Project Manager Senior Inspector (PW) Senior Inspector (Non-PW) Kleinfelder Construction Services Kleinfelder Construction Services 3/14/2023 PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA I STAFF RESUME Mark Plotnikiewicz, PE, QSD Project Manager Mark Plotnikiewicz has 30 years of professional engineering experience providing construction management for a variety of transportation and public works projects as a Project Manager, Resident Engineer, Structures Representative, Lead Constructability Reviewer, Lead Scheduler, and Design Engineer. He brings a comprehensive understanding of all aspects of construction management, including project management, contract oversight, construction surveying, shop drawing review, submittal review and approval, CPM schedule review, QA/QC, constructability reviews, and risk register analysis. Mark’s experience includes serving as a Project Manager and Resident Engineer for several large on-call contracts for owner/agencies such as the City of Carlsbad, City and County of San Diego, NCTD, Caltrans, and SANDAG. City of Carlsbad As-needed Horizontal Construction Management and Inspection Services (Carlsbad, CA) Mr. Plotnikiewicz serves as a Project Manager and Resident Engineer for a variety of task orders for KCS’ current as- needed construction management and inspection contract with the City of Carlsbad. These task orders have included the Sycamore Beach Access Stairway project, the 2017 Pavement Overlay project, the 2017 Bridge Preventative Maintenance Program, and the 2017 ADA Improvement Program. KCS has been providing quality construction management and inspection through our current and previous on-call contracts for nearly two decades. Projects have included numerous annual slurry seal and overlay projects; major roadway, bridge, waterline, and sewer projects; as well as parks and recreation facilities, traffic signals, and pump stations. Mr. Plotnikiewicz’ responsibilities include quality control, staff management, technical oversight, submittal reviews, and task order management. City of Carlsbad/NCTD Poinsettia Lane Overhead (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer and Structure Representative on this approximately $1.5M project, which consisted of bridge widening to Poinsettia Lane over the San Diego Northern Railroad. The superstructure consisted of precast voided concrete slabs with an asphalt concrete (AC) overlay supported by pier walls on a driven pile foundation. Mr. Plotnikiewicz provided construction inspection, contract administration, shop drawings review, coordination with railroad operations and flagging, traffic control inspection, and pile driving. Additionally, he was responsible for the underground utility construction and roadway widening portions of the project. City of Carlsbad Las Encinas Creek Bridge Replacement (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $2M federally-funded bridge replacement project. The project included removal and replacement of a 100-year-old bridge with a precast Conspan arch bridge approximately 38 feet long, 43 feet wide, and eight feet tall, supported on a reinforced concrete slab with six-foot-deep cut-off walls, creek rock slope protection and improvements, roadway reconstruction, and drainage installation. His responsibilities included all aspects of construction management including inspection, SWPPP compliance, falsework review, submittal reviews, responding to RFIs, negotiating and writing change orders, preparing correspondence to the Contractor and others, completing contract item adjustments, preparing as-built drawings, and overall contract administration. Due to construction coinciding with San Diego’s rainy season, Mr. Plotnikiewicz worked with the Contractor to verify that all stream diversions and SWPPP Best Management Practices (BMPs) were installed per the contract documents and environmental permits. City of Carlsbad, Carlsbad Boulevard Bridge Seismic Retrofit (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $1M, federally-funded bridge retrofit project, which consisted of seismic retrofit upgrades to an existing three-span bridge including footing widening, pier wall construction, bolster retrofit, and slope regrading. The bridge crosses over the NCTD railroad, which required close coordination with the railroad operations. Temporary supports were constructed for a 12-inch-diameter, high-pressure gas main during excavation requiring review of the support drawings and close coordination with SoCal Gas. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, submittal Education/Professional Registration B.S., Civil Engineering Civil Engineer in California, No. 58608 Qualified SWPPP Developer, No. 20655 CAL/OSHA 10-Hour Construction Safety and Health Training FHWA NBIS Bridge Inspection Training – Team Leader PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME reviews, excavation plan review, responding to RFIs, preparing correspondence to the Contractor and others, negotiating and writing change orders, preparing Caltrans Local Assistance invoices for Federal reimbursement, drafting as-built drawings, and overall contract administration. City of Carlsbad Rancho Santa Fe Road Realignment Project, Phase II (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $13M, federally-funded roadway realignment project from Melrose Drive to La Costa Avenue in Carlsbad, California. The project included staged construction of a new, realigned six-lane roadway, construction of domestic and reclaimed water lines, sewer and storm drain systems, major dry utility relocations and undergrounding, and bridge replacement and realignment of an existing intersection. Additional project elements included staged replacement of an existing bridge over San Marcos Creek with two new cast-in-place, post- tensioned concrete box girder bridges. High skews, large utility blockouts, and a radius made the bridge construction challenging. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, filing in accordance with Caltrans filing system, reviewing submittals, responding to RFIs, preparing letters to the Contractor, negotiating and preparing change orders, and overall contract administration. Mr. Plotnikiewicz worked closely with the Contractor to ensure the falsework was constructed in the creek to withstand the high flows that ensued during one of San Diego’s heavier rainy seasons. Due to the project’s proximity between two ongoing construction sites, Mr. Plotnikiewicz attended regular meetings with the adjacent Contractors and agencies to coordinate traffic shifts and traffic control. NCTD As-needed Construction Management and Construction Inspection Services (San Diego County, CA) Mr. Plotnikiewicz serves as the Project Manager for KCS’ on-call contract with NCTD. KCS’ scope of services for this contract includes construction management and construction inspection services for a variety of bus, rail, and transit projects, as well as NCTD Capital Improvement projects, NCTD encroachment projects, and SANDAG supported projects on NCTD right-of-way. As Project Manager, Mr. Plotnikiewicz implements and executes our quality control procedures, ensures team members are adequately equipped and trained to perform their job functions, and monitors our performance on a frequent basis with NCTD. He also provides contract administration and construction engineering as needed. Caltrans District 11 On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Senior Engineer for the Caltrans District 11 Claims Department performing constructability reviews and providing CPM schedule analysis and review services. His responsibilities include analyzing Contractor’s baseline and monthly schedule updates using Primavera P3 and P6, Microsoft Project, Claim Digger, and SureTrak; preparing time impact analysis to determine construction delays; and assisting project designers in the development of CPM schedules used for programming jobs and determining working days. Mr. Plotnikiewicz also prepares and reviews CPM schedules and contract documents for projects prior to bid to verify working days, constructability, and logic of stage construction plans; and assists the Duty Senior with responses to bidder’s inquiries. SANDAG On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Kleinfelder Construction Services’ Lead Schedule Engineer for this on-call contract, participating in numerous task orders including Oceanside Transit Center, Superloop Phase 3, Sorrento to Miramar Phases 1 and 2, East County Bus Maintenance Facility, Sorrento Valley Double Track, and South Bay Bus Rapid Transit Phases 1A, 1B and 2A/2B, and Mid-City Bus Rapid Transit. Mr. Plotnikiewicz is responsible for reviewing baseline CPM schedules, monthly update schedules, and TIAs. He prepares independent TIAs based on the project records to verify if the Contractor-prepared TIAs are valid and creates “what-if” schedules to assess potential project impacts. Mr. Plotnikiewicz has also created project schedules during the constructability review phase to verify the contract working days. PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME Shawn Stewart Senior Inspector Shawn Stewart has 28 years of construction management and inspection experience on a wide range of projects, including pavement rehabilitation, annual slurry seal improvement projects, polyester concrete overlay, bridge deck and structure rehabilitation, roadway widenings, realignments and new alignments, trolley station improvements, light and heavy rail improvements, and bus facility improvements. He has provided inspection for Americans with Disabilities Act (ADA) compliance and rehabilitation projects, pedestrian bridges, mass grading, utilities infrastructure, drainage structures, retaining walls, sidewalks, curbs and gutters, hot-mix asphalt (HMA) paving, slurry seals, box culvert and storm drain channels, parking lots, and underground utilities. Mr. Stewart has excellent communication skills and has proven to be an effective client/owner representative by responding to concerns of local businesses and property owners impacted by adjacent projects. He is also well versed with inspection of SWPPP and Manual on Uniform Traffic Control Devices (MUTCD). City of Carlsbad El Camino Real at College Project (Carlsbad, CA) Mr. Stewart is currently serving as a Senior Inspector for the City of Carlsbad’s El Camino Real at College Boulevard Intersection Improvement Project. In this role, he is responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk, hot mix asphalt paving, traffic control, and striping. This project required significant coordination and review for the traffic control and pedestrian access. Shawn worked directly with the City staff to identify project issues in the field, develop proposed solutions, and quantify the changes. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. City of Carlsbad Palomar Airport Road Widening Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s Palomar Airport Road Widening Project to widen Palomar Airport Road from the I-5 NB On/Off ramps to Paseo Del Norte. In this role, he is responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk, hot mix asphalt paving, traffic control, and striping. This project required significant coordination with the local businesses, utility owners, and Caltrans. Additionally, Shawn worked directly with the City staff to identify project issues in the field, develop proposed solutions, and quantify the changes. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. City of Carlsbad Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court Project to upgrade the traffic signals at two locations. In this role, he was responsible for the inspection and documentation of all field items of work including demolition, concrete curb and gutter, sidewalk and curb ramps. Mr. Stewart worked closely with the City staff to implement a change order revising the signal to a fiber optic backbone. Additional tasks included coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2017 Citywide Pavement Overlay Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s 2017 Citywide Pavement Overlay Project to repair various roadways requiring crack sealing and pavement rehabilitation throughout the City. In this role, he was responsible for the inspection and documentation of all field items of work including asphalt concrete (AC) cold milling, hot mix asphalt paving, traffic control, and striping. Mr. Stewart also reviewed the project plans and performed a pre- walk of the project to verify and amend the Engineers’ estimated quantities, confirm roadway mark-outs of asphalt removal areas, and review planned traffic control measures and detours. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. Additional tasks included Education/Professional Registration City of San Diego Public Utilities Department Recycled Water Site Supervisor, No. 4437 CAL/OSHA 10-Hour Construction Safety and Health Training Caltrans Construction Division Field Office Procedures Training NCTD Railroad Worker Protection Training MTS Roadway Worker Protection Training Previously Certified Preparer of SWPPP (CPSWPPP) and Compliance Inspector of Stormwater (CCIS) PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA c,NFELDER ~ CONSTRUCTION SERVICES STAFF RESUME coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2012/2013 Slurry Seal and Asphalt Concrete Overlay Projects (Carlsbad, CA) Mr. Stewart served as an Inspector for the City of Carlsbad’s annual pavement management program. In this role, he provided inspection of roadways requiring crack sealing and pavement rehabilitation. His tasks included a pre-walk of project to verify and amend the Engineers’ estimated quantities, roadway mark-outs to identify asphalt removal areas, and monitoring crack sealing and traffic control measures. Additionally, Mr. Stewart served as a City and public representative for public outreach efforts, including communicating with residents, local businesses, public and private schools, as well as emergency services. He was also responsible for updating the project engineering section on the City’s website and posting project weekly schedules and area-impact maps for online access. Additional tasks included coordination and modifications to contract documents for City traffic, design, and staff engineers. Monthly progress payments, quantities verifications, project documentation, and project redline records were also provided. City of Carlsbad ADA Improvements Program (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector on this $620K ADA improvements project consisting of the replacement of over 100 curb ramps and the retrofit of over 50 existing curb ramps in the downtown Village, bringing them into compliance with current ADA standards. Traffic control, public notification, public parking, and staging make this project particularly challenging. Mr. Stewart’s responsibilities include field inspection, preparing monthly progress payments, and submittal review. He additionally coordinates with stakeholders and informs local businesses and affected public of construction updates. City of Carlsbad Bridge Preventative Maintenance Program 2017 (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector for the City of Carlsbad’s 2017 $434K Bridge Preventive Maintenance Program for Poinsettia Lane Bridge over NCTD train tracks and Calle Barcelona Pedestrian Overcrossing. The project includes work on the Poinsettia Lane Bridge over NCTD railroad tracks and the Calle Barcelona Pedestrian Bridge. The work on the Poinsettia Lane Bridge includes replacement of the concrete barrier and chain-link fencing on the south side of the bridge, as well as repairing broken concrete and rusting components leading up to the bridge. The work on the Calle Barcelona Pedestrian Bridge includes repairing stone veneers and sealing the bridge deck. The Project will extend the service life of both bridges and eliminate costly repairs due to lack of maintenance. Mr. Stewart’s responsibilities include inspection of barrier rail with masonry wall removal and replacement, joint seal replacement, and bridge methacrylate treatment; traffic control; submittal review; progress payments to the Contractor; and coordination with the City and the public. City of Laguna Hills Citywide Asphalt Concrete Rehabilitation/Slurry Seal Project 2007 (Laguna Hills, CA) Mr. Stewart served as an Assistant Resident Engineer on this pavement rehabilitation/slurry seal project for the City of Laguna Hills. He was responsible for identifying areas of existing pavement for rehabilitation, inspecting the removal and replacement of the AC structural section, and monitoring the Type 2 slurry seal application. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. County of San Diego Annual Curb, Gutter, and Sidewalk Replacement (San Diego, CA) Mr. Stewart served as an Assistant Resident Engineer on this project, which replaced damaged sections of curb, gutter, and sidewalk at numerous locations throughout San Diego County. Mr. Stewart inspected removals, subgrade preparation, root barrier placement, concrete placement, and AC slot pavement in front of gutters. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. PSA21-1201CMI Appendix "A" (cont'd)DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA c,NFELDER ~ CONSTRUCTION SERVICES AB C D F Ho l d e r I d e n t i f i e r : 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 1 6 1 6 0 4 5 5 7 1 1 1 0 7 7 7 6 1 7 1 1 6 3 0 4 5 5 7 2 0 7 4 5 3 1 3 6 7 7 2 4 0 6 3 1 0 0 7 3 6 5 0 5 6 6 1 5 7 3 3 0 0 2 0 7 7 2 4 1 5 1 1 3 0 6 6 0 1 0 3 0 7 0 6 6 0 5 5 7 2 2 6 6 1 0 1 3 0 7 4 2 7 3 2 6 1 3 6 5 3 3 3 2 0 0 7 6 3 6 0 4 0 1 3 6 4 1 3 3 1 3 0 7 3 4 0 0 5 5 3 1 2 2 7 4 1 3 0 0 7 6 7 2 7 2 4 2 0 3 5 7 7 2 0 0 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 3 5 2 5 6 7 7 1 1 5 4 5 6 0 0 0 7 2 2 0 1 1 5 0 6 0 3 7 2 1 3 3 0 7 0 2 2 3 2 6 3 4 2 0 6 3 1 1 1 0 7 0 3 3 3 3 7 2 4 2 1 7 2 0 0 1 0 7 1 2 2 3 3 6 3 4 3 1 7 3 0 0 0 0 7 0 2 3 3 2 6 3 4 3 1 7 2 0 0 0 0 7 0 3 3 3 2 6 2 5 2 1 7 2 0 0 0 0 7 0 3 3 3 3 7 3 4 3 1 7 2 0 1 0 0 7 0 3 2 2 2 7 2 4 3 1 7 3 0 0 0 0 7 7 7 5 6 1 6 3 3 5 1 7 6 5 5 4 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 Ce r t i f i c a t e N o : 57 0 0 9 2 3 3 0 6 2 3 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/31/2022 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 16535Zurich American Ins CoINSURER A: 26247American Guarantee & Liability Ins CoINSURER B: 24319Allied World Surplus Lines Insurance CoINSURER C: INSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: The Kleinfelder Group, Inc 770 First Ave.San Diego CA 92101 USA COVERAGES CERTIFICATE NUMBER:570092330623 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 A 04/01/2022 04/01/2023Y Y GLO612459401 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $1,000,000A04/01/2022 04/01/2023Y COMBINED SINGLE LIMIT (Ea accident) BAP 6124595-01 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $4,000,000 $4,000,000 04/01/2022UMBRELLA LIABB 04/01/2023SXS612459701 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEA04/01/2022 04/01/2023 All States $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC612459601 Each ClaimPSDEF220064704/01/2022 04/01/2023 Claims-Made Policy $5,000,000Aggregate Env CPL/ProfC SIR applies per policy terms & conditions $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Projects as on file with the insured including but not limited to as Needed Construction Management and Inspection Services. City of Carlsbad/CMWD, its officials, employees and volunteers are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted in favor of City of Carlsbad/CMWD in accordance with the policy provisions of the General Liability and Workers' Compensation policies. See Attached for Complete List of Named Insureds. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD 1635 Faraday Avenue Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA _____, I ACC>RC,® ~ I -D □ - - - ~ □ □ - -~ -~ -~ -H I I I I I □ NAMED INSURED SCHEDULE AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Insurance Services West, Inc. 570000071365 570092330623 570092330623 Page _ of _ The Kleinfelder Group, Inc Kleinfelder, Inc.The Kleinfelder Group, Inc.Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLCKleinfelder PNG Ltd.Kleinfelder Southeast, Inc.Kleinfelder Texas 100, LLCKleinfelder Texas 200, LLCKleinfelder Utah 100, LLCA-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insite Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. Advantage Engineering, LLC - Kleinfelder, Inc. Garcia & Associates - Kleinfelder, Inc. Poggemeyer Design Group, Inc. Design Engineers & Consulting Associates, Inc. (DECA) Industrial Fluid Management, Inc.CM Works, Inc.Gas Transmission Systems, Inc.GTS Engineering & Consulting, LLP Century Engineering, LLC ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA I $GGLWLRQDO,QVXUHG±$XWRPDWLF±2ZQHUV/HVVHHV2U &RQWUDFWRUV 7+,6(1'256(0(17&+$1*(67+(32/,&<3/($6(5($',7&$5()8//< 3ROLF\1R*/2(IIHFWLYH'DWH 7KLVHQGRUVHPHQWPRGLILHVLQVXUDQFHSURYLGHGXQGHUWKH &RPPHUFLDO*HQHUDO/LDELOLW\&RYHUDJH3DUW $6HFWLRQ,, ±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ocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA ®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ocuSign Envelope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± &RPPHUFLDO*HQHUDO/LDELOLW\&RQGLWLRQV 7KHDGGLWLRQDOLQVXUHGPXVWVHHWRLWWKDW  :HDUHQRWLILHGDVVRRQDVSUDFWLFDEOHRIDQRFFXUUHQFHRURIIHQVHWKDWPD\UHVXOWLQDFODLP  :HUHFHLYHZULWWHQQRWLFHRIDFODLPRUVXLWDVVRRQDVSUDFWLFDEOHDQG  $UHTXHVWIRUGHIHQVHDQGLQGHPQLW\RIWKHFODLPRUVXLWZLOOSURPSWO\EHEURXJKWDJDLQVWDQ\SROLF\LVVXHGE\DQRWKHULQVXUHUXQGHUZKLFKWKHDGGLWLRQDOLQVXUHGPD\EHDQLQVXUHGLQDQ\FDSDFLW\7KLVSURYLVLRQGRHVQRWDSSO\WRLQVXUDQFHRQZKLFKWKHDGGLWLRQDOLQVXUHGLVD1DPHG,QVXUHGLIWKHZULWWHQFRQWUDFWRUZULWWHQ DJUHHPHQWUHTXLUHVWKDWWKLVFRYHUDJHEHSULPDU\DQGQRQFRQWULEXWRU\ '6ROHO\ZLWKUHVSHFWWR WKHFRYHUDJHSURYLGHGE\WKLVHQGRUVHPHQW 7KH IROORZLQJ LV DGGHG WR WKH2WKHU ,QVXUDQFH &RQGLWLRQ RI 6HFWLRQ,9 ± &RPPHUFLDO *HQHUDO /LDELOLW\ &RQGLWLRQV 3ULPDU\DQG1RQFRQWULEXWRU\LQVXUDQFH 7KLVLQVXUDQFHLVSULPDU\WRDQGZLOOQRWVHHNFRQWULEXWLRQIURPDQ\RWKHULQVXUDQFHDYDLODEOHWRDQDGGLWLRQDO LQVXUHGSURYLGHGWKDW D7KHDGGLWLRQDOLQVXUHGLVD1DPHG,QVXUHGXQGHUVXFKRWKHULQVXUDQFHDQG E<RXDUHUHTXLUHGE\ZULWWHQFRQWUDFWRUZULWWHQDJUHHPHQWWKDWWKLVLQVXUDQFHEHSULPDU\DQGQRWVHHNFRQWULEXWLRQIURPDQ\RWKHULQVXUDQFHDYDLODEOHWRWKHDGGLWLRQDOLQVXUHG 7KH IROORZLQJ SDUDJUDSK LV DGGHG WR 3DUDJUDSKERI WKH2WKHU ,QVXUDQFH &RQGLWLRQ XQGHU 6HFWLRQ,9 ±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ocuSign Envelope ID: 076CDB32-5E1E-4463-8516-582E8B91FBAA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 2 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described inparagraphs A. through I. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b.However, subject always to the terms and conditions of this policy, including the limits of insurance, theInsurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than thatdescribed by the applicable paragraph A. through I. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.such person or organization's financial control of a Named Insured; or 2.premises such person or organization owns, maintains or controls while a Named Insured leases oroccupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers, Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by the Named Insured's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: a.in connection with the Named Insured's premises; or b.in the performance of the Named Insured's ongoing operations. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 3 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. But the coverage hereby granted to such additional insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by, on behalf of, or for the Named Insured, including but not limited to: 1.the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; or 2.supervisory, inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions – Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.the following hazards in connection with premises a Named Insured owns, rents, or controls and towhich this insurance applies: a.the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings,sidewalk vaults, street banners, or decorations and similar exposures; or CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 4 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. b.the construction, erection, or removal of elevators; or c.the ownership, maintenance or use of any elevators covered by this insurance; or 2.the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operationsperformed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. I. Trade Show Event Lessor 1.With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter ordisplayer, any person or organization whom the Named Insured is required to include as an additionalinsured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a.the Named Insured's acts or omissions; or b.the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2.The coverage granted by this paragraph does not apply to bodily injury or property damage includedwithin the products-completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amendedto add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer willnot seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's owninsurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstandinganything to the contrary elsewhere in this Condition, the insurance provided to such person or organization isexcess of any other insurance available to such person or organization. 3. ADDITIONAL INSURED – EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part, WHO IS AN INSURED is amended to make the following natural persons Insureds. If the additional insured is: a.An individual, then his or her spouse is an Insured; b.A partnership or joint venture, then its partners, members and their spouses are Insureds; c.A limited liability company, then its members and managers are Insureds; or CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1.the written contract requires you to provide the additional insured such coverage; and 2.this coverage part provides such coverage. II.But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the10-01 edition of CG2037; or B. additional insured coverage with “arising out of” language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III.Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will notprovide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV.The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 1 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 IInsured Name: THE KLEINFELDER GROUP, INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1.primary and non-contributing with other insurance available to the additional insured; or 2.primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI.Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the additionof the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in theinvestigation, defense, or settlement of the claim; and 3.make available any other insurance, and tender the defense and indemnity of any claim to any other insureror self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part.However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII.Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amendedto add the following definition: Written contract means a written contract or written agreement that requires you to make a person ororganization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1.the bodily injury or property damage; or 2.the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 2 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 17 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 26. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amendedto add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because ofpayments the Insurer makes for injury or damage arising out of: 1.the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury, property damage or personal and advertising injury giving riseto the claim. 27. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor toany construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap- up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION – CONSTRUCTION WRAP-UP is attached to this policy, or anotherexclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or ContractorControlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard thatarises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). CNA71527XX (Ed. 10/12) CNA71527XX (10/12) Policy No: 6057515836 Page 1 of 1 Endorsement No: 1 Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP Copyright CNA All Rights Reserved. ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. Workers Compensation And Employers Liability Insurance Policy Endorsement BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Endorsement No: 4; Page: 1 of 1 Policy No: WC 6 57169108 Policy Effective Date: 04/01/2020 Policy Page: 37 of 56Underwriting Company: American Casualty Company of Reading, Pennsylvania, 333 S Wabash Ave, Chicago, IL 60604 Form No: G-19160-B (11-1997) Endorsement Effective Date: Endorsement Expiration Date: © Copyright CNA All Rights Reserved. PSA21-1201CMI City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 6329 / 6330 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between KLEINFELDER CONSTRUCTION SERVICES, INC., a California corporation, ("Contractor") and the CITY OF CARLSBAD, ("City") dated Aug. 18, 2020, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide Construction Management and Inspeciton 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 September 30, 2020, (“proposal”), attached as Appendix "A" for the Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court, (the “Project"). The Project services shall include Construction Management and Inspeciton Services. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within thirty (30) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1.Progress payments shall be based on work days. Appendix "A", attached, prepared byContractor and reviewed by City, shows the parties’ intent as to the elements, scope andextent of the task groups. Contractor acknowledges that performance of any and all tasksby the Contractor constitutes acknowledgment by Contractor that such tasks are thosedefined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $24,890.00. DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 October 14, 2020 PSA21-1201CMI City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 PSA21-1201CMI City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT CONSTRUCTION MANAGEMENT AND INSPECITON SERVICES TASK GROUP TIME & MATERIALS Construction Management and Inspection Services $24,890.00 TOTAL (Not-to-Exceed) $24,890.00 CONTRACTOR Kleinfelder Construction Services, Inc. Kleinfelder Construction Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Deborah Butera, Secretary Louis Armstrong, President (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 October 14, 2020 5761 Copley Drive, Suite 100, San Diego, CA 92111 | P: 858.223.8500 F: 858.223-8499 September 30, 2020 City of Carlsbad Construction Management and Inspection Division 1635 Faraday Avenue Carlsbad, CA 92008 Attention: Steve Didier Municipal Projects Manager SUBJECT: Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court Construction Management and Inspection Services Dear Mr. Didier: Kleinfelder Construction Services (KCS) is pleased to submit our scope of work and fee proposal to provide construction management and inspection services for the Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court project. We are proposing the following personnel to manage the project: •Mark Plotnikiewicz, PE, QSD – Project Manager/Schedule Reviews •Rafael Perez – Senior Inspector (Civil) •Randy Lewis – Senior Inspector (Electrical) Mark Plotnikiewicz has 29 years of civil engineering experience on a variety of transportation and public works projects. He has served as a Project Manager, Resident Engineer, Lead Scheduler, Structures Representative, Lead Constructability Reviewer and Design Engineer. He has successfully completed multiple projects with the City of Carlsbad and thoroughly understands the City’s processes. Mr. Plotnikiewicz will serve as Project Manager for the project as well as provide schedule review services. Rafael Perez will serve as the Civil Inspector (Lead) for the project. He brings extensive construction inspection experience and a strong background in the supervision of public works projects. He recently worked on several projects for the City of Carlsbad including the Concrete Repair project and the Palomar Airport Road Widening project. Rafael also worked on the earlier stages of the Poinsettia Signals project. Randy Lewis has 35 years of industry experience and 20 years of hands-on experience providing construction inspection services throughout Southern California. He is a well-rounded and capable inspector with vast civil inspection and electrical experience on a variety of project types including signal installations, drainage facilities, roadway improvements, building structures, rail and trolley stations, parking structures, bridge structures, and civic improvement PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 projects. Mr. Lewis possesses an excellent ability to examine workmanship and materials, quickly detect deviations from plans and regulations, and provide practical and effective solutions. We understand that this project includes the installation of new traffic signals and we have been providing construction management services for the first phases of the project. The final phases of the project include setting and installing the signals, punchlist, and closeout. Resumes for Mr. Plotnikiewicz, Mr. Perez, and Mr. Lewis are attached for your review. KCS possesses additional qualified inspection staff should other project needs arise, or additional staff be required by the City. Our attached scope of work and fee submittal are based on 80 hours to complete CCO and regular inspection tasks, 40 hours for specialty tasks (energizing the intersection), and 20 hours for closeout. We look forward to continuing our relationship with the City of Carlsbad through this project. If you have any questions about the attached submittal or need any additional information, please do not hesitate to contact us. Sincerely, Attachment Mark Plotnikiewicz, PE, QSD Kleinfelder Construction Services O: 858-223-8480 M: 858-688-7182 E: mplotnikiewicz@kleinfelder.com PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court KLEINFELDER CONSTRUCTION SERVICES SCOPE OF ENGINEERING SERVICES PROJECT: Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court CLIENT: City of Carlsbad DATE: September 30, 2020 PROJECT DESCRIPTION The project consists of installing traffic signals at the intersections of Poinsettia Lane and Cassia Road and Poinsettia Lane and Skimmer Court and associated civil improvements. The contract work includes the following: • Public notification • Traffic control • Demolition • Concrete curb and gutter • Sidewalk • ADA curb ramps • Traffic signal video detection • Traffic loops • Signing/Striping/pavement markers CONSTRUCTION MANAGEMENT AND ADMINISTRATION Task 1.1 Review PS&E and Prepare Files The Project Inspector will review the PS&E, permits and other job-related information to gain a thorough understanding of the work involved prior to the preconstruction meeting. Any issues found during the review that may lead to a change order or RFI will be recorded in a comment review form and include a suggested course of action for discussion with the City. The goal is to take the necessary proactive steps to avoid impacts to the schedule or budget of the project. We will also implement the Caltrans Construction Manual for record keeping procedures and document filing. Task 1.2 Conduct Preconstruction Meeting KCS will prepare for and conduct a preconstruction meeting. Topics will include items such as safety, public outreach, construction methods, work schedule, traffic control, labor compliance, SWPPP, and submittals. Attendees will include KCS, City of Carlsbad Construction Management and Inspection staff, Traffic Department personnel, the General Contractor, and any affected utility companies. KCS will prepare a sign-in sheet and minutes of the meeting. Task 1.3 Perform Construction Management and Administration KCS will assist the City’s Construction Manager in providing construction management and administration necessary for the Project to verify contract compliance. The following is a brief description of some of the major aspects of this work: • Submittals: KCS’ Project Inspector will receive, log, review, and respond to all project submittals, as well as coordinate with the City and Project Designer if necessary. Critical submittals include WPCP, baseline schedule, traffic control plans, concrete mix designs, and traffic signal shop drawings. PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court • Baseline Schedule: KCS’ Project Inspector and Project Manager will review the baseline schedule submitted by the Contractor and respond accordingly. If the schedule is not approved, we will work with the Contractor to assist in providing an approvable schedule. We understand the importance of having an approved schedule at the beginning of the job in order to have a clear understanding of the upcoming work as well as to always know what activities are on the critical path of the project. KCS will review the monthly schedule updates and focus on areas that may impact the critical path. • Project Meetings: KCS’ Project Inspector will coordinate meetings with the Contractor and the City of Carlsbad on a weekly basis or as necessary. The purpose of these meetings will be to discuss upcoming work, project issues, and overall project status. Each meeting will have an agenda in order to provide a platform for efficient dialogue. One of the goals of these meetings will be to identify potential conflicts at the earliest possible stage so they may be resolved without impacting the schedule. KCS will produce written minutes, which will be maintained in the project files. • Requests for Information: All Contractor Requests for Information will be logged and reviewed by our Project Inspector. Responses will be timely and in accordance with all contract documents as specified in section 2.5.1 of the General Provisions. We will work closely with the Contractor and City of Carlsbad staff to keep the project moving forward. • Progress Payments: KCS will develop monthly pay estimates for the work completed by the Contractor. Prior to completing the monthly estimate, KCS will meet with the Contractor to finalize the payment quantities for the appropriate bid items. KCS will submit the monthly pay estimates to the City of Carlsbad for review and process by the specified due date. • Change Orders: We will make every effort to complete the project without contract change orders. However, when required, our inspector will provide pertinent information regarding the necessity for the change, affected quantities, and other information to assist in the successful negotiation and execution of contract change orders. Project staff will investigate and analyze different options for solving issues and seek to achieve the best solution possible for the City of Carlsbad. Our understanding is that Carlsbad’s CM will write the change orders with assistance and information provided by our inspector. As with all contract work, we will maintain complete records of all change order work to ensure accurate and complete payment and avoid potential claim situations. • Photo Documentation: KCS will document the job site existing conditions with complete and comprehensive job-site photos prior to construction. This will include any features that the plans identify to “remain in place,” or any facility the contractor is obligated to “protect in place.” During the remaining construction activities, progress photos will be taken at frequent durations during the project also. KCS is aware that documentation is often needed to defend against contractor claims of pre-existing damage to an existing facility. Photos will be dated, labeled, and logged for easy retrieval. • As-Built Drawings: KCS will maintain redline As-Built Markup Plans during the progress of the project. KCS will provide the City of Carlsbad with the redlined markups maintained during the course of the project that can be utilized in the preparation of final “As-Built Plans” upon completion of the project. • Files: The Project Inspector will maintain a complete set of project files. Files will be kept current at all times and will be set up in accordance with the City’s filing system. The files will be able to pass a State and Federal audit at any point during the construction. This work includes logging the Contractor’s certified payroll. PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court Task 1.4 Perform Field Inspection and Documentation KCS will perform quality assurance field inspection and documentation required for the project. The following highlights a few key components of this work: • Inspection: KCS will monitor construction activity on the project site and perform benchmark, part-time or full-time inspection depending on the operation and our budget. KCS will verify that the Contractor’s work crew is consistently operating in accordance with the governing safety practices and confirm that the project is being constructed in accordance with the project plans and specifications. Proactive inspection is practiced to catch errors at the earliest possible stage before they affect the budget or schedule. KCS prides itself in developing a good working relationship with the Contractor. This benefits all parties and helps assure a successful project. • Public Interface: The Project Inspector will also serve as the main point of contact on behalf of the City in dealing with any questions or issues that arise with both private residents and commercial businesses. The Project Inspector will proactively verify that the contractor provides the public notifications required in the contract and will work proactively with the contractor and the public in resolving issues at the project level. • Materials Sampling and Testing: KCS will coordinate with the City’s on-call/as-needed testing firm to meet the Project’s testing requirements. Our Project Inspector will verify that the contractor performs and achieves passing results for all required materials testing. • Documentation: Daily construction diaries will be written to document progress by the Contractor, the workforce, and items inspected. A daily diary will also be written to document important conversations and events. The Project Inspector will prepare the weekly statement of working days, progress payments, and contract change orders. • Punch list: A punch list will be provided to the Contractor to outline any remaining work necessary to accept the field work. The Project Inspector will work closely with the Contractor throughout the job to verify no major items of work or deficiencies remain when it comes time to prepare a punch list. Task 1.5 Complete Final Reports and Closeout Job Files KCS’ Project Inspector will assist the City’s Construction Manager by providing information for any necessary Report of Completion, which may include a project summary, photos, a final detailed estimate, and as-built drawings. Job files will be finalized and the original job files will be boxed and delivered to the City of Carlsbad by our Project Inspector. PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 ESTIMATE OF FEES*See Note City of Carlsbad CLASSIFICATION TASK: Inspection Services RATE: $195.00 $157.00 $165.00 FEE 1.1 Review PS&E and Prepare Files 0 0 0 $0.00 1.2 CM and Administrative Duties 8 0 0 $1,560.00 1.3 Perform Field Inspection / Documentation 0 0 120 $19,800.00 1.1 Complete Final Reports / Closeout Files 2 20 0 $3,530.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS: CM & Inspection Services 10 20 120 0 0 $24,890.00 Total Hours: 150 $24,890.00 Additional effort in the form of longer shifts requiring overtime, or extra days required on the project due to issues such as problems with the contract documents, utility conflicts, unsuitable materials, or inefficiencies with the Contractor's operations, are not considered in this estimate, and may require an amendment to this estimated budget. Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court - Closeout Notes: Estimate is based on 80 hours for civil and CCO work, 40 hours for signal installation, and 20 hours for closeout. The workweek runs from Monday through Friday. Construction management and administrative duties are based on an 8-hr shift. Field inspection hours are based on the anticipated hours required to complete the work and include no overtime. Project Manager Senior Inspector (Non-PW) Senior Inspector (PW) Kleinfelder Construction Services Kleinfelder Construction Services 9/30/2020 PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court Mark Plotnikiewicz, PE, QSD Project Manager Mark Plotnikiewicz has 29 years of professional engineering experience providing construction management for a variety of transportation and public works projects as a Project Manager, Resident Engineer, Structures Representative, Lead Constructability Reviewer, Lead Scheduler, and Design Engineer. He brings a comprehensive understanding of all aspects of construction management, including project management, contract oversight, construction surveying, shop drawing review, submittal review and approval, CPM schedule review, QA/QC, constructability reviews, and risk register analysis. Mark’s experience includes serving as a Project Manager and Resident Engineer for several large on-call contracts for owner/agencies such as the City of Carlsbad, City and County of San Diego, NCTD, Caltrans, and SANDAG. City of Carlsbad As-needed Horizontal Construction Management and Inspection Services (Carlsbad, CA) Mr. Plotnikiewicz serves as a Project Manager and Resident Engineer for a variety of task orders for KCS’ current as- needed construction management and inspection contract with the City of Carlsbad. These task orders have included the Sycamore Beach Access Stairway project, the 2017 Pavement Overlay project, the 2017 Bridge Preventative Maintenance Program, and the 2017 ADA Improvement Program. KCS has been providing quality construction management and inspection through our current and previous on-call contracts for nearly two decades. Projects have included numerous annual slurry seal and overlay projects; major roadway, bridge, waterline, and sewer projects; as well as parks and recreation facilities, traffic signals, and pump stations. Mr. Plotnikiewicz’ responsibilities include quality control, staff management, technical oversight, submittal reviews, and task order management. City of Carlsbad/NCTD Poinsettia Lane Overhead (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer and Structure Representative on this approximately $1.5M project, which consisted of bridge widening to Poinsettia Lane over the San Diego Northern Railroad. The superstructure consisted of precast voided concrete slabs with an asphalt concrete (AC) overlay supported by pier walls on a driven pile foundation. Mr. Plotnikiewicz provided construction inspection, contract administration, shop drawings review, coordination with railroad operations and flagging, traffic control inspection, and pile driving. Additionally, he was responsible for the underground utility construction and roadway widening portions of the project. City of Carlsbad Las Encinas Creek Bridge Replacement (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $2M federally-funded bridge replacement project. The project included removal and replacement of a 100-year-old bridge with a precast Conspan arch bridge approximately 38 feet long, 43 feet wide, and eight feet tall, supported on a reinforced concrete slab with six-foot-deep cut-off walls, creek rock slope protection and improvements, roadway reconstruction, and drainage installation. His responsibilities included all aspects of construction management including inspection, SWPPP compliance, falsework review, submittal reviews, responding to RFIs, negotiating and writing change orders, preparing correspondence to the Contractor and others, completing contract item adjustments, preparing as-built drawings, and overall contract administration. Due to construction coinciding with San Diego’s rainy season, Mr. Plotnikiewicz worked with the Contractor to verify that all stream diversions and SWPPP Best Management Practices (BMPs) were installed per the contract documents and environmental permits. City of Carlsbad, Carlsbad Boulevard Bridge Seismic Retrofit (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $1M, federally-funded bridge retrofit project, which consisted of seismic retrofit upgrades to an existing three-span bridge including footing widening, pier wall construction, bolster retrofit, and slope regrading. The bridge crosses over the NCTD railroad, which required close coordination with the railroad operations. Temporary supports were constructed for a 12-inch-diameter, high-pressure gas main during excavation requiring review of the support drawings and close coordination with SoCal Gas. Mr. Plotnikiewicz’ Education/Professional Registration B.S., Civil Engineering Civil Engineer in California, No. 58608 Qualified SWPPP Developer, No. 20655 CAL/OSHA 10-Hour Construction Safety and Health Training FHWA NBIS Bridge Inspection Training – Team Leader PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services Traffic Signals at Poinsettia Lane, Cassia Road, and Skimmer Court responsibilities included all aspects of construction management including inspection, SWPPP compliance, submittal reviews, excavation plan review, responding to RFIs, preparing correspondence to the Contractor and others, negotiating and writing change orders, preparing Caltrans Local Assistance invoices for Federal reimbursement, drafting as-built drawings, and overall contract administration. City of Carlsbad Rancho Santa Fe Road Realignment Project, Phase II (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $13M, federally-funded roadway realignment project from Melrose Drive to La Costa Avenue in Carlsbad, California. The project included staged construction of a new, realigned six-lane roadway, construction of domestic and reclaimed water lines, sewer and storm drain systems, major dry utility relocations and undergrounding, and bridge replacement and realignment of an existing intersection. Additional project elements included staged replacement of an existing bridge over San Marcos Creek with two new cast-in-place, post- tensioned concrete box girder bridges. High skews, large utility blockouts, and a radius made the bridge construction challenging. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, filing in accordance with Caltrans filing system, reviewing submittals, responding to RFIs, preparing letters to the Contractor, negotiating and preparing change orders, and overall contract administration. Mr. Plotnikiewicz worked closely with the Contractor to ensure the falsework was constructed in the creek to withstand the high flows that ensued during one of San Diego’s heavier rainy seasons. Due to the project’s proximity between two ongoing construction sites, Mr. Plotnikiewicz attended regular meetings with the adjacent Contractors and agencies to coordinate traffic shifts and traffic control. NCTD As-needed Construction Management and Construction Inspection Services (San Diego County, CA) Mr. Plotnikiewicz serves as the Project Manager for KCS’ on-call contract with NCTD. KCS’ scope of services for this contract includes construction management and construction inspection services for a variety of bus, rail, and transit projects, as well as NCTD Capital Improvement projects, NCTD encroachment projects, and SANDAG supported projects on NCTD right-of-way. As Project Manager, Mr. Plotnikiewicz implements and executes our quality control procedures, ensures team members are adequately equipped and trained to perform their job functions, and monitors our performance on a frequent basis with NCTD. He also provides contract administration and construction engineering as needed. Caltrans District 11 On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Senior Engineer for the Caltrans District 11 Claims Department performing constructability reviews and providing CPM schedule analysis and review services. His responsibilities include analyzing Contractor’s baseline and monthly schedule updates using Primavera P3 and P6, Microsoft Project, Claim Digger, and SureTrak; preparing time impact analysis to determine construction delays; and assisting project designers in the development of CPM schedules used for programming jobs and determining working days. Mr. Plotnikiewicz also prepares and reviews CPM schedules and contract documents for projects prior to bid to verify working days, constructability, and logic of stage construction plans; and assists the Duty Senior with responses to bidder’s inquiries. SANDAG On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Kleinfelder Construction Services’ Lead Schedule Engineer for this on-call contract, participating in numerous task orders including Oceanside Transit Center, Superloop Phase 3, Sorrento to Miramar Phases 1 and 2, East County Bus Maintenance Facility, Sorrento Valley Double Track, and South Bay Bus Rapid Transit Phases 1A, 1B and 2A/2B, and Mid-City Bus Rapid Transit. Mr. Plotnikiewicz is responsible for reviewing baseline CPM schedules, monthly update schedules, and TIAs. He prepares independent TIAs based on the project records to verify if the Contractor-prepared TIAs are valid and creates “what-if” schedules to assess potential project impacts. Mr. Plotnikiewicz has also created project schedules during the constructability review phase to verify the contract working days. PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services 2019-2020 Concrete Repair Project Rafael Perez, QSP, CESSWI Senior Inspector Rafael Perez has more than 18 years of bridge construction experience, involving delivering both Local Agency and Caltrans projects Greenbook and Caltrans Standard Specifications as Civil Inspector, Structures Inspector, and Assistant Resident Engineer. He is proficient in various manuals including the Manual of Uniform Traffic Control Devices (MUTCD), Greenbook, and Caltrans manuals such as the Construction Manual, Construction Site Best Management Practices Manual, SWPPP and WPCP Manual, Safety Manual, and the Trenching and Shoring Manual. RCTD Scott Road/I-215 Interchange Project (Menifee, CA) Mr. Perez served as a Field Inspector for this $57.8M project, which consists of widening Scott Road from west of Haun Road to east of Antelope Road including replacing the existing overcrossing bridge, reconfiguring the on and off ramps, and extending the ramps termini of the ramps Jointed Plain Concrete. Mr. Perez performed inspection for new drainage systems [RCP, HDPE pipes], irrigation systems, landscaping, and the removal and installation of metal beam guard rail, traffic signals, video detection system, and sidewalks. Additionally, he reviewed and responded to submittals, RFIs, processed and negotiated change orders, reviewed mix designs for concrete and hot mix asphalt (HMA), prepared and maintained project filing system to meet Caltrans requirements, and scheduled testing and inspection for materials used. Mr. Perez was also responsible for overseeing surveying, project filing, SWPPP inspection, maintaining accurate as- builts, enforcing projects safety, and providing public relations with the City of Menifee. Caltrans District 8/RCTC/City of Corona SR-91 and I-15 Express Lanes (Corona, CA) Mr. Perez served as an Assistant Structures Representative on this 91 Express Lanes project, which added two tolled express lanes in both directions to SR-91 in Corona, replacing the existing carpool lanes. A single tolled express lane was added to I-15 in both directions starting and ending south of Magnolia Avenue. Direct express lane connectors were built between eastbound SR-91 and southbound I-15, and between northbound I-15 and westbound SR-91. Mr. Perez was responsible for five box girder bridges over Burlington Northern Santa Fe (BNSF) and Metrolink right-of-ways, Temescal Wash Channel and Arlington Storm Channel, and one cantilever bridge with pre-cast pre-stressed girders over BNSF and Metrolink right-of-ways. SANDAG Inland Rail Trail Segment 2A (Oceanside and San Marcos, CA) Mr. Perez served as Assistant Resident Engineer/Field Inspector for this project, which includes the construction of approximately four miles of a Class I bicycle facility, located between North Melrose Drive and West Bobier Drive in Oceanside, to the San Diego County/San Marcos boundary at Cherimoya Drive. The project is being built in three separate segments and will be a multiuse bike path that will connect to future bike paths or sidewalks. Work will include new traffic signals, landscaping and irrigation, lighting, Caltrans retaining walls, 145-foot weathered steel truss bridge near Buena Creek Transit Station, ornamental fencing, drainage improvements water quality ditches, signing and striping. Mr. Perez’ responsibilities included monitoring contractor compliance with 401, 404, 1600 permits on a SWPPP Risk Level II site. County of San Diego On-call Construction Management Services FY2017-18 Road Maintenance Project Asphalt Concrete Overlay C (San Diego, CA) Mr. Perez served as a Field Inspector for this project for the County of San Diego’s Fiscal Year 2017-2018 Asphalt Concrete Overlay C project. His responsibilities included performing inspection for asphalt overlay and pavement milling, pavement remediation, traffic delineation, curb ramp retrofitting, minor concrete work, and video detection system installation. Education/Professional Registration Certified Erosion, Sediment and Stormwater Inspector, No. 1947 Qualified SWPPP Practitioner in CA, No. 25415 BNSF/UPRR/CSX e-Rail Railroad Worker Safety Training NCTD Roadway Worker Safety Training CAL/OSHA 30-hour Construction Safety and Health Training PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services 2019-2020 Concrete Repair Project Caltrans District 11 I-15/SR-56 Unit 4 Direct Access Ramp Interchange (San Diego, CA) Mr. Perez served as Assistant Structures Representative on this $30M highway project, which consisted of five new bridges, a direct access ramp (DAR), multiple retaining walls, mechanically stabilized earth (MSE) walls, and cast in drilled hole (CIDH) piles. In this role, he performed checks of structural submittals including bridge falsework and guying plans. Additional responsibilities included field inspection, preparing pay estimates, and assisting the Resident Engineer with administrative tasks. Caltrans District 11 I-15 Mercy Road, Los Penasquitos Bridge Widening Project (San Diego, CA) Mr. Perez served as Assistant Structures Representative on this $15M project consisting of widening two precast pre- stressed bridges 100 to 120 feet tall. Project elements included multiple retaining walls, tie-back walls, CIDH drilling, and the seismic retrofit of existing columns. Mr. Perez’ assisted the Structure Representative to coordinate structure construction and inspection in the field. He reviewed and inspected bridge falsework construction, erection and removal; reviewed and inspected column guying plans; reviewed tie-back pre-stressing working drawings; compared theoretical elongations versus actual elongations. Assisted in reviewing concrete mix designs; monitored concrete pours; monitored BAR-LOCK coupler installations; coordinated with testing lab to schedule concrete sample testing; using 5- scale drawings, generated finish bridge deck elevations; top of concrete elevations for abutments; columns; wing walls; falsework top cap elevations; calculated falsework camber; field inspected precast pre-stressed concrete bridge girders prior to delivery and installation; field measured deck dowels on new girders in order to generate top deck elevations; coordinated with contractor on falsework grading operations; assisted the Structure Representative with technical submittals; prepared monthly progress payments; attended weekly progress meetings with contractor staff and Caltrans staff. Caltrans District 11 Southbound I-5/Santa Fe Drive Off-ramp Widening (Encinitas, CA) Mr. Perez served as an Assistant Resident Engineer on this widening project, which consisted of demolition of the existing off-ramp, reconstruction of the new ramp, and reconstruction of full-depth roadway structural section of new roadway. Project elements included installation of new drainage systems including reinforced concrete pipe (RCP) and high-density polyethylene (HDPE) pipe, irrigation system, landscaping, removal of existing and installation of new metal beam guard rail, traffic signals, video detection system, and sidewalks. As Assistant Resident Engineer, Mr. Perez reviewed and responded to submittals and RFIs, processed and negotiated change orders, reviewed mix designs for concrete and hot mix asphalt (HMA), and scheduled testing and inspection for materials used. Additional responsibilities included daily inspection, surveying, project filing, SWPPP, maintaining accurate as-builts, enforcing safety, and liaising with City of Encinitas, Caltrans, Scripps, and San Elijo Joint Powers Authority. All project files were organized per the Caltrans filing system. City of Chula Vista Willow Street Bridge Replacement Project (Chula Vista, CA) Mr. Perez served as a Construction Inspector on this $15.2M federally funded project, which consisted of demolishing and replacing the existing bridge with a larger, state-of-the-art structure with two traffic lanes in each direction, new bike lanes, upgraded sidewalks, and railings and barriers. His responsibilities included daily job site inspection including drainage, electrical, concrete pavement, roadway safety items, SWPPP compliance, and utility coordination. Additionally, Mr. Perez tracked quantities, prepared pay estimates, created tracking logs and file management systems, tracked and managed field decisions and changes, and enforced contract documents and plans. Caltrans District 5/City of Prunedale SR-101/San Juan Road Overcrossing Interchange Project (Prunedale, CA) Mr. Perez served as an Assistant Structures Representative on this $20M project, which consisted of one new box girder bridge, four soil nail retaining walls with natural rock carving finish stained shotcrete, four box culverts, and one 10-foot by 10-foot box culvert jacked and bore under SR-101. Mr. Perez assisted the Structure Representative with coordination of structure construction and inspection in the field. Caltrans District 4/City of Mountain View US-101 North SR-85/US-101 Interchange Project (Mountain View, CA) PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 City of Carlsbad On-call Construction Management Services 2019-2020 Concrete Repair Project Mr. Perez served as the Assistant Structure Representative and was responsible for the structure portion of this $125M highway project, including five box girder type bridge widenings and two box girder type bridge widenings over Stevens Creek. He successfully assisted the Structure Representative in the pre-construction and completion of the project, which widened one bridge on US-101; replaced the SR-85/US-101 connector; modified interchange ramps at Moffett Boulevard, North Shoreline Boulevard and Old Middlefield Way; constructed auxiliary lanes and high occupancy vehicle (HOV) direct-connector ramps from northbound SR-85 to northbound US-101 and southbound US-101 to southbound SR-85. Caltrans District 4 US-101 Widening Project Mr. Perez served as an Assistant Structures Representative on this $27M project and was responsible for four box girder type bridges over Coyote Creek. The project included the widening of four bridges on US-101, retrofit of existing bridges by installing steel column casings and enlarging the size of the bents, and a methacrylate deck repair. Mr. Perez assisted the Structure Representative to coordinate structure construction and inspection in the field. PSA21-1201CMI - Appendix "A" Task No. 3 DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 $145 $165 $145 $165 $145 $165 $180 $195 $180 $195 $180 $195 $130 $195 $130 $195 $130 $195 $170 $195 $170 $195 $170 $195 $157 $167 $236 $251 $314 $334 $95 $125 $95 $125 $95 $125 $157 $167 $157 $167 $157 $167 $150 $160 $225 $240 $300 $320 $165 $170 $165 $170 $165 $170 $165 $170 Mileage costs for construction managers and inspectors are included in our hourly rate, and we will not be billing separately for mileage expenses for work performed in those classifications. Also, all equipment, cell phones, laptops, insurance, and vehicle charges are included in the hourly rates as well, for all classifications.  Safety Inspector ‐ PW Structures Inspector‐ PW Special Inspector ‐ PW $248 $330 Senior Inspector ‐ PW $248 $330 $248 $330 $248 $330 (PREVAILING WAGE) Field Staffing Position Straight Time Overtime Rate ($/HR  Double Time Rate  Structures Representative Special Inspector Schedule Engineer Resident Engineer Senior Inspector ‐ Non PW Office Engineer Safety Inspector $195 $195 $195 Field Staffing Position Straight Time ($/Hr Range) Overtime Rate ($/HR  Range) Double Time Rate  ($/HR Range) Construction Manager KLIENFELDER CONSTRUCTION SERVICES 2020 BILLING RATES CITY OF CARLSBAD AS‐NEEDED HORIZONTAL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES (NON‐PREVAILING WAGE) Project Manager Hourly charges include provisions for normal overhead costs such as fringe benefits, insurance, clerical  services, equipment, normal supplies and materials.  Field personnel are equiped with work trucks, cell  phone/radios, laptop computers and basic tools.  All other direct costs shall be reimbursed at a rate of  costs plus 10%.   Prevailing Wage rates based on California DIR SD County Determination No. SD‐23‐63‐3‐2020‐1D  including the two predetermined rate increases scheduled for July 1 of both 2020 and 2021. PSA21-1201CMI Appendix "A" (continued) DocuSign Envelope ID: 4B262A10-68DF-4A2D-9773-62EDB3C52166 ABCDFHolder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462451722221453074237265365733200767204017601775707340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000722111506027212207023236242173100071333362530731010712333724206301107022336343172000071233262430731100702332735207311107123337253063110077756163351765540777777707000707007Certificate No :570083335273CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 07/28/2020 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 35289The Continental Insurance CompanyINSURER A: 20478National Fire Ins. Co. of HartfordINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 24319Allied World Surplus Lines Insurance CoINSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: The Kleinfelder Group, Inc 550 West C Street Suite 1200San Diego CA 92101 USA COVERAGES CERTIFICATE NUMBER:570083335273 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 B 04/01/2020 04/01/2021Y Y 6057515853 PRO-JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE(Per accident) X BODILY INJURY (Per accident) $1,000,000A04/01/2020 04/01/2021Y COMBINED SINGLE LIMIT(Ea accident)6057515836 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $4,000,000 $4,000,000 $10,000 04/01/2020UMBRELLA LIABA 04/01/20216057123519 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEC04/01/2020 04/01/2021 (CA) WC657169111C 04/01/2020 04/01/2021 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / A Y N (AOS) WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC657169108 Each ClaimPSDEF200064704/01/2020 04/01/2021 Claims-Made Policy $5,000,000Aggregate Env CPL/ProfD SIR applies per policy terms & conditions $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Projects as on file with the insured including but not limited to as Needed Construction Management and Inspection Services. City of Carlsbad/CMWD, its officials, employees and volunteers are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted in favor of City of Carlsbad/CMWD in accordance with the policy provisions of the General Liability and Workers' Compensation policies. See Attached for Complete List of Named Insureds. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD 1635 Faraday Avenue Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. NAMED INSURED SCHEDULE AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Insurance Services West, Inc. 570000071365 570083335273 570083335273 Page _ of _ The Kleinfelder Group, Inc Kleinfelder, Inc. The Kleinfelder Group, Inc. Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLC Kleinfelder PNG Ltd.Kleinfelder Southeast, Inc. Kleinfelder Texas 100, LLC Kleinfelder Texas 200, LLC Kleinfelder Utah 100, LLC A-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insite Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 2 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described inparagraphs A. through I. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b.However, subject always to the terms and conditions of this policy, including the limits of insurance, theInsurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than thatdescribed by the applicable paragraph A. through I. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.such person or organization's financial control of a Named Insured; or 2.premises such person or organization owns, maintains or controls while a Named Insured leases oroccupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers, Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by the Named Insured's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: a.in connection with the Named Insured's premises; or b.in the performance of the Named Insured's ongoing operations. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 3 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. But the coverage hereby granted to such additional insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by, on behalf of, or for the Named Insured, including but not limited to: 1.the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; or 2.supervisory, inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions – Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.the following hazards in connection with premises a Named Insured owns, rents, or controls and towhich this insurance applies: a.the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings,sidewalk vaults, street banners, or decorations and similar exposures; or CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 4 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. b.the construction, erection, or removal of elevators; or c.the ownership, maintenance or use of any elevators covered by this insurance; or 2.the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operationsperformed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. I. Trade Show Event Lessor 1.With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter ordisplayer, any person or organization whom the Named Insured is required to include as an additionalinsured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a.the Named Insured's acts or omissions; or b.the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2.The coverage granted by this paragraph does not apply to bodily injury or property damage includedwithin the products-completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amendedto add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer willnot seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's owninsurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstandinganything to the contrary elsewhere in this Condition, the insurance provided to such person or organization isexcess of any other insurance available to such person or organization. 3. ADDITIONAL INSURED – EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part, WHO IS AN INSURED is amended to make the following natural persons Insureds. If the additional insured is: a.An individual, then his or her spouse is an Insured; b.A partnership or joint venture, then its partners, members and their spouses are Insureds; c.A limited liability company, then its members and managers are Insureds; or CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1.the written contract requires you to provide the additional insured such coverage; and 2.this coverage part provides such coverage. II.But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the10-01 edition of CG2037; or B. additional insured coverage with “arising out of” language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III.Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will notprovide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV.The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 1 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 IInsured Name: THE KLEINFELDER GROUP, INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1.primary and non-contributing with other insurance available to the additional insured; or 2.primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI.Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the additionof the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in theinvestigation, defense, or settlement of the claim; and 3.make available any other insurance, and tender the defense and indemnity of any claim to any other insureror self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part.However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII.Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amendedto add the following definition: Written contract means a written contract or written agreement that requires you to make a person ororganization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1.the bodily injury or property damage; or 2.the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 2 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 17 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 26. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amendedto add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because ofpayments the Insurer makes for injury or damage arising out of: 1.the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury, property damage or personal and advertising injury giving riseto the claim. 27. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor toany construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap- up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION – CONSTRUCTION WRAP-UP is attached to this policy, or anotherexclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or ContractorControlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard thatarises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). CNA71527XX (Ed. 10/12) CNA71527XX (10/12) Policy No: 6057515836 Page 1 of 1 Endorsement No: 1 Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP Copyright CNA All Rights Reserved. ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. Workers Compensation And Employers Liability Insurance Policy Endorsement BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Endorsement No: 4; Page: 1 of 1 Policy No: WC 6 57169108 Policy Effective Date: 04/01/2020 Policy Page: 37 of 56Underwriting Company: American Casualty Company of Reading, Pennsylvania, 333 S Wabash Ave, Chicago, IL 60604 Form No: G-19160-B (11-1997) Endorsement Effective Date: Endorsement Expiration Date: © Copyright CNA All Rights Reserved. PSA21-1201CMI City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 5503 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between KLEINFELDER CONSTRUCTION SERVICES, INC., a California corporation, ("Contractor") and the CITY OF CARLSBAD, ("City") dated August 18, 2020, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide Construction Management and Inspection 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 September 24, 2020, (“proposal”), attached as Appendix "A" for the Poinsettia Sewage Lift Station Hydraulic Surge Protection and Highland & Chinquapin Sewer Replacement, (the “Project"). The Project services shall include Construction Management and Inspection. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred seventy five (175) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared byContractor and reviewed by City, shows the parties’ intent as to the elements, scope andextent of the task groups. Contractor acknowledges that performance of any and all tasksby the Contractor constitutes acknowledgment by Contractor that such tasks are thosedefined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $161,374. DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D October 5, 2020 PSA21-1201CMI City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D PSA21-1201CMI City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT CONSTRUCTION MANAGEMENT AND INSPECTION TASK GROUP TIME & MATERIALS Construction Management & Inspection Services $161,374 TOTAL (Not-to-Exceed) $161,374 CONTRACTOR Kleinfelder Construction Services, Inc. Kleinfelder Construction Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Deborah Butera, Secretary Louis Armstrong, President (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D October 5, 2020 September 24, 2020 City of Carlsbad Construction Management and Inspection Division 1635 Faraday Avenue Carlsbad, CA 92008 Attention: Emily Hasegawa, P.E. Municipal Projects Manager SUBJECT: Poinsettia Sewage Lift Station Hydraulic Surge Protection Project and Highland and Chinquapin Sewer Replacement Project – Construction Management and Inspection Services Dear Ms. Hasegawa: Kleinfelder Construction Services (KCS) is pleased to submit our scope of work and fee proposal to provide construction management and inspection services for the Poinsettia Sewage Lift Station Hydraulic Surge Protection Project. We are proposing the following personnel to manage the project: • Mark Plotnikiewicz – Project Manager • Greg Gomez – Resident Engineer/Senior Inspector • Amanda Olgeirsson – Alternate Resident Engineer • Greg McClendon – Alternate Senior Inspector Mark Plotnikiewicz, PE, QSD has 29 years of civil engineering experience on a variety of transportation and public works projects. He has served as a Project Manager, Resident Engineer, Lead Scheduler, Structures Representative, Lead Constructability Reviewer, and Design Engineer, and has successfully completed numerous projects with local agencies throughout San Diego County, including assignments for the County of San Diego and the cities of Carlsbad, Encinitas, and Chula Vista. Mr. Plotnikiewicz will serve as Project Manager for the project. Having served in the same role for several City of Carlsbad projects, Mr. Plotnikiewicz understands the City’s processes, procedures, and expectations in delivering construction management and inspection services. Greg Gomez, PE will serve as the Resident Engineer/Senior Inspector for the project. He brings extensive construction management and inspection experience, and a strong background in the supervision of public works projects, including the FY 2018-2019 Pavement Rehabilitation and Overlay, Leucadia Flooding Issues Sump Areas Phase III and South Coast Highway 101 Sidewalk Connectivity projects for the City of Encinitas. He also has relevant sewer infrastructure experience from multiple projects with City of Vista and Escondido and Padre Dam Municipal PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Water District such as the Techite Sewer Rehabilitation, Woodrose Ave. Sewer Replacement and Weston Subdivision projects. Amanda Olgeirsson, PE has eight years of hands-on construction management and inspection experience and is the Alternate Resident Engineer for the project. She has served in various roles, including Resident Engineer, Assistant Resident Engineer, Office Engineer, and Lead Inspector, for a wide variety of projects, including pavement rehabilitations, ADA improvements, freeway widenings, and roadway/interchange improvements. She is currently serving as the Resident Engineer for the City of Chula Vista on two pavement rehabilitation projects. Greg McClendon is the alternate Senior Inspector for the project. He brings a diverse background that encompasses over 40 years of experience in construction inspection, contract compliance, and contract administration with Caltrans District 11. He has performed the duties of Resident Engineer, Assistant Resident Engineer, Lead Construction Inspector, Field Inspector, and Survey Party Chief for numerous highway and transportation-related projects. Mr. McClendon has an extensive construction background encompassing earthwork, grading, asphalt concrete (AC) paving, portland cement concrete (PCC) paving, overlays, chip seals, storm drainage systems, sewer systems, traffic control, project site safety, and SWPPP implementation including SWPPP submittal, review, and inspection. Resumes for Mr. Plotnikiewicz, Mr. Gomez, Mrs. Olgeirsson, and Mr. McClendon are attached for your review. KCS possesses additional qualified inspection staff should scheduling conflicts arise due to other project assignments. The overall project duration for the Poinsettia Sewer Lift Station project is 150 working days; however, several of the project components will require long lead times. We have assumed the project will require the following: two weeks of part-time pre-construction work including contract document review, setting up project files, and conducting the preconstruction meeting; three weeks of part-time submittal review (we anticipate the majority of the technical submittals will be reviewed by the consultant designer); 12 to 14 weeks of material procurement (minimal work); 3 months of full time construction inspection and construction management; and two weeks of project closeout. The Highland and Chinquapin Sewer project has an overall duration of 70 working days, but it is anticipated the actual work will be completed in a shorter duration. We have assumed the project will require the following: one week part-time pre-construction work including contract document review, setting up project files, and conducting the preconstruction meeting; four weeks of full time inspection; four weeks of part-time-inspection; and one week of pat-time closeout. Our attached scope and fee have been prepared based on the assumptions above. We hope this proposal is satisfactory and look forward to our continued relationship with the City of Carlsbad. Please contact us if you have any questions or need additional information. PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Sincerely, Mark Plotnikiewicz, P.E. Kleinfelder Construction Services Attachment PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D KLEINFELDER CONSTRUCTION SERVICES SCOPE OF ENGINEERING SERVICES PROJECT: Poinsettia Sewage Lift Station Hydraulic Surge Protection Project /Highland and Chinquapin Sewer Replacement CLIENT: City of Carlsbad DATE: September 24, 2020 PROJECT DESCRIPTION Poinsettia Sewage Lift Station Hydraulic Surge Protection Project The project consists of repairs and upgrades to the Poinsettia Sewer Lift Station in the City of Carlsbad. The work includes the following: • Demolition • Installation of a surge protection system • Replacement of four swing check valves • Installing one vacuum relief valve (off-site) • Installation of 12” ductile iron pipe, fittings and accessories This work will require close coordination with the City of Carlsbad for shutdowns and bypass operations. To take advantage of low flows, some of the work may be required to be completed during night shifts. Highland and Chinquapin Sewer Replacement The project includes replacing approximately 250 LF of existing sewer line with 6” PVC, constructing two sewer cleanouts, and rehabilitating and existing manhole. The work includes the following: • Traffic control • Excavation and shoring • Sewer highlining • 6” PVC sewer • Sewer cleanouts • Sewer manhole rehabilitation The work is located at the intersection Chinquapin Avenue and Highland Drive which allows for a full closure to complete the work. The traffic control will include a detour around the work area. The excavations will require plating at the end of the work shifts. CONSTRUCTION MANAGEMENT AND ADMINISTRATION Task 1.1 Review PS&E and Prepare Files The Project Inspector will review the PS&E, permits and other job-related information to gain a thorough understanding of the work involved prior to the preconstruction meeting. Any issues found during the review that may lead to a change order or RFI will be recorded in a comment review form and include a suggested course of action for discussion with the City. The goal is to take the necessary proactive steps to avoid impacts to the schedule or budget of the project. We will also implement the Caltrans Construction Manual for record keeping procedures and document filing. Task 1.2 Conduct Preconstruction Meeting PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D KCS will prepare for and conduct a preconstruction meeting. Topics will include items such as safety, public outreach, construction methods, work schedule, traffic control, labor compliance, SWPPP, and submittals. Attendees will include KCS, City of Carlsbad Construction Management and Inspection staff, Traffic Department personnel, the General Contractor, and any affected utility companies. KCS will prepare a sign-in sheet and minutes of the meeting. Task 1.3 Perform Construction Management and Administration KCS will assist the City’s Construction Manager in providing construction management and administration necessary for the Project to verify contract compliance. The following is a brief description of some of the major aspects of this work: • Submittals: KCS’ Project Inspector will receive, log, review, and respond to all project submittals, as well as coordinate with the City and Project Designer if necessary. Critical submittals include WPCP, trenching and shoring, baseline schedule, bypass plan, and equipment submittals. • Baseline Schedule: KCS’ Project Inspector and Project Manager will review the baseline schedule submitted by the Contractor and respond accordingly. If the schedule is not approved, we will work with the Contractor to assist in providing an approvable schedule. We understand the importance of having an approved schedule at the beginning of the job in order to have a clear understanding of the upcoming work as well as to always know what activities are on the critical path of the project. KCS will review the monthly schedule updates and focus on areas that may impact the critical path. • Project Meetings: KCS’ Project Inspector will coordinate meetings with the Contractor and the City of Carlsbad on a weekly basis or as necessary. The purpose of these meetings will be to discuss upcoming work, project issues, and overall project status. Each meeting will have an agenda in order to provide a platform for efficient dialogue. One of the goals of these meetings will be to identify potential conflicts at the earliest possible stage so they may be resolved without impacting the schedule. KCS will produce written minutes, which will be maintained in the project files. • Requests for Information: All Contractor Requests for Information will be logged and reviewed by our Project Inspector. Responses will be timely and in accordance with all contract documents. We will work closely with the Contractor and City of Carlsbad staff to keep the project moving forward. • Progress Payments: KCS will develop monthly pay estimates for the work completed by the Contractor. Prior to completing the monthly estimate, KCS will meet with the Contractor to finalize the payment quantities for the appropriate bid items. KCS will submit the monthly pay estimates to the City of Carlsbad for review and process by the specified due date. • Change Orders: We will make every effort to complete the project without contract change orders. However, when required, our inspector will provide pertinent information regarding the necessity for the change, affected quantities, and other information to assist in the successful negotiation and execution of contract change orders. Project staff will investigate and analyze different options for solving issues and seek to achieve the best solution possible for the City of Carlsbad. Our understanding is that Carlsbad’s CM will write the change orders with assistance and information provided by our inspector. As with all contract work, we will maintain complete records of all change order work to ensure accurate and complete payment and avoid potential claim situations. • Photo Documentation: KCS will document the job site existing conditions with complete and comprehensive job-site photos prior to construction. This will include any features that the plans identify to “remain in place,” or any facility the contractor is obligated to “protect in place.” During the remaining construction activities, progress photos will be taken at frequent PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D durations during the project also. KCS is aware that documentation is often needed to defend against contractor claims of pre-existing damage to an existing facility. Photos will be dated, labeled, and logged for easy retrieval. •As-Built Drawings: KCS will maintain redline As-Built Markup Plans during the progress ofthe project. KCS will provide the City of Carlsbad with the redlined markups maintained duringthe course of the project that can be utilized in the preparation of final “As-Built Plans” uponcompletion of the project. •Files: The Project Inspector will maintain a complete set of project files. Files will be keptcurrent at all times and will be set up in accordance with the Caltrans filing system. The fileswill be able to pass a State and Federal audit at any point during the construction. This workincludes logging the Contractor’s certified payroll. Task 1.4 Perform Field Inspection and Documentation KCS will perform all field inspection and documentation required for the project. The following highlights a few key components of this work: •Inspection: KCS will monitor construction activity on the project site and perform benchmark,part-time or full-time inspection depending on the operation and our budget. KCS will verify that the Contractor’s work crew is consistently operating in accordance with the governingsafety practices and confirm that the project is being constructed in accordance with theproject plans and specifications. Proactive inspection is practiced to catch errors at the earliest possible stage before they affect the budget or schedule. KCS prides itself indeveloping a good working relationship with the Contractor. This benefits all parties and helpsassure a successful project. •Public Interface: The Project Inspector will also serve as the main point of contact on behalfof the City in dealing with any questions or issues that arise with both private residents and commercial businesses. The Project Inspector will proactively verify that the contractorprovides the public notifications required in the contract and will work proactively with thecontractor and the public in resolving issues at the project level to a great a degree as possible. •Materials Sampling and Testing: KCS will coordinate with the City’s on-call/as-needed testing firm to meet the Project’s testing requirements. Our Project Inspector will verify that thecontractor performs and achieves passing results for all required materials testing. •Documentation: Daily construction diaries will be written to document progress by theContractor, the workforce, and items inspected. A daily diary will also be written to documentimportant conversations and events. The Project Inspector will prepare the weekly statement of working days, progress payments, and contract change orders. •Punch list: A punch list will be provided to the Contractor to outline any remaining work necessary to accept the field work. The Project Inspector will work closely with the Contractorthroughout the job to verify no major items of work or deficiencies remain when it comes timeto prepare a punch list. Task 1.5 Complete Final Reports and Closeout Job Files KCS’ Project Inspector will assist the City’s Construction Manager by providing information for any necessary Report of Completion, which may include a project summary, photos, a final detailed estimate, and as-built drawings. Job files will be finalized and the original job files will be boxed and delivered to the City of Carlsbad by our Project Inspector. PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D CLASSIFICATION TASK: Inspection Services RATE: $195.00 $167.00 $170.00 FEE 1.1 Review PS&E and Prepare Files 4 30 0 $5,790.00 1,2 Preconstruction Meeting 4 12 0 $2,784.00 1.3 CM and Administrative Duties 8 120 0 $21,600.00 1.4 Perform Field Inspection / Documentation 0 0 740 $125,800.00 1.5 Complete Final Reports / Closeout Files 2 30 0 $5,400.00 $0.00 CM & Inspection Services 18 192 740 0 0 $161,374.00 Total Hours: 950 $161,374.00 ESTIMATE OF FEES City of Carlsbad Additional effort in the form of longer shifts requiring overtime, or extra days required on the project due to issues such as problems with the contract documents, utility conflicts, unsuitable materials, or inefficiencies with the Contractor's operations, are not considered in this estimate, and may require an amendment to this estimated budget. Poinsettia Sewage Lift Station Hydraulic Surge Protection/Highland and Chinquapin Sewer Replacement Notes: Estimate is based on the following: Poinsettia Sewer Lift Station Project: two weeks of part-time pre-construction work; three weeks of part-time submittal review; 12 to 14 weeks of material procurement (minimal work); 3 months of full time construction inspection and construction management; and two weeks of project closeout. Highland and Chinquapin Sewer Replacement:one week part-time pre-construction work; four weeks of full time inspection; four weeks of part-time- inspection; and one week of pat-time closeout. The workweek runs from Monday through Friday. Construction management and administrative duties are based on an 8-hr shift. Field inspection hours are based on the anticipated hours required to complete the work and include no overtime. Project Manager Senior Inspector (Non-PW) Senior Inspector (PW) Kleinfelder Construction Services Kleinfelder Construction Services 9/24/2020 PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Mark Plotnikiewicz, PE, QSD Project Manager (KCS) Mark Plotnikiewicz has 29 years of professional engineering experience providing construction management for a variety of transportation and public works projects as a Project Manager, Resident Engineer, Structures Representative, Lead Constructability Reviewer, Lead Scheduler, and Design Engineer. He brings a comprehensive understanding of all aspects of construction management, including project management, contract oversight, construction surveying, shop drawing review, submittal review and approval, CPM schedule review, QA/QC, constructability reviews, and risk register analysis. Mark’s experience includes serving as a Project Manager and Resident Engineer for several large on-call contracts for owner/agencies such as the City of Carlsbad, City and County of San Diego, NCTD, Caltrans, and SANDAG. City of Carlsbad As-needed Horizontal Construction Management and Inspection Services (Carlsbad, CA) Mr. Plotnikiewicz serves as a Project Manager and Resident Engineer for a variety of task orders for KCS’ current as- needed construction management and inspection contract with the City of Carlsbad. These task orders have included the Sycamore Beach Access Stairway project, the 2017 Pavement Overlay project, the 2017 Bridge Preventative Maintenance Program, and the 2017 ADA Improvement Program. KCS has been providing quality construction management and inspection through our current and previous on-call contracts for nearly two decades. Projects have included numerous annual slurry seal and overlay projects; major roadway, bridge, waterline, and sewer projects; as well as parks and recreation facilities, traffic signals, and pump stations. Mr. Plotnikiewicz’ responsibilities include quality control, staff management, technical oversight, submittal reviews, and task order management. City of Carlsbad/NCTD Poinsettia Lane Overhead (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer and Structure Representative on this approximately $1.5M project, which consisted of bridge widening to Poinsettia Lane over the San Diego Northern Railroad. The superstructure consisted of precast voided concrete slabs with an asphalt concrete (AC) overlay supported by pier walls on a driven pile foundation. Mr. Plotnikiewicz provided construction inspection, contract administration, shop drawings review, coordination with railroad operations and flagging, traffic control inspection, and pile driving. Additionally, he was responsible for the underground utility construction and roadway widening portions of the project. City of Carlsbad Las Encinas Creek Bridge Replacement (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $2M federally-funded bridge replacement project. The project included removal and replacement of a 100-year-old bridge with a precast Conspan arch bridge approximately 38 feet long, 43 feet wide, and eight feet tall, supported on a reinforced concrete slab with six-foot-deep cut-off walls, creek rock slope protection and improvements, roadway reconstruction, and drainage installation. His responsibilities included all aspects of construction management including inspection, SWPPP compliance, falsework review, submittal reviews, responding to RFIs, negotiating and writing change orders, preparing correspondence to the Contractor and others, completing contract item adjustments, preparing as-built drawings, and overall contract administration. Due to construction coinciding with San Diego’s rainy season, Mr. Plotnikiewicz worked with the Contractor to verify that all stream diversions and SWPPP Best Management Practices (BMPs) were installed per the contract documents and environmental permits. City of Carlsbad, Carlsbad Boulevard Bridge Seismic Retrofit (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $1M, federally-funded bridge retrofit project, which consisted of seismic retrofit upgrades to an existing three-span bridge including footing widening, pier wall construction, bolster retrofit, and slope regrading. The bridge crosses over the NCTD railroad, which required close coordination with the railroad operations. Temporary supports were constructed for a 12-inch-diameter, high-pressure gas main during Education/Professional Registration B.S., Civil Engineering Civil Engineer in California, No. 58608 Qualified SWPPP Developer, No. 20655 CAL/OSHA 10-Hour Construction Safety and Health Training FHWA NBIS Bridge Inspection Training – Team Leader Member CMAA 1 PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D excavation requiring review of the support drawings and close coordination with SoCal Gas. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, submittal reviews, excavation plan review, responding to RFIs, preparing correspondence to the Contractor and others, negotiating and writing change orders, preparing Caltrans Local Assistance invoices for Federal reimbursement, drafting as-built drawings, and overall contract administration. City of Carlsbad Rancho Santa Fe Road Realignment Project, Phase II (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $13M, federally-funded roadway realignment project from Melrose Drive to La Costa Avenue in Carlsbad, California. The project included staged construction of a new, realigned six-lane roadway, construction of domestic and reclaimed water lines, sewer and storm drain systems, major dry utility relocations and undergrounding, and bridge replacement and realignment of an existing intersection. Additional project elements included staged replacement of an existing bridge over San Marcos Creek with two new cast-in-place, post- tensioned concrete box girder bridges. High skews, large utility blockouts, and a radius made the bridge construction challenging. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, filing in accordance with Caltrans filing system, reviewing submittals, responding to RFIs, preparing letters to the Contractor, negotiating and preparing change orders, and overall contract administration. Mr. Plotnikiewicz worked closely with the Contractor to ensure the falsework was constructed in the creek to withstand the high flows that ensued during one of San Diego’s heavier rainy seasons. Due to the project’s proximity between two ongoing construction sites, Mr. Plotnikiewicz attended regular meetings with the adjacent Contractors and agencies to coordinate traffic shifts and traffic control. NCTD As-needed Construction Management and Construction Inspection Services (San Diego County, CA) Mr. Plotnikiewicz serves as the Project Manager for KCS’ on-call contract with NCTD. KCS’ scope of services for this contract includes construction management and construction inspection services for a variety of bus, rail, and transit projects, as well as NCTD Capital Improvement projects, NCTD encroachment projects, and SANDAG supported projects on NCTD right-of-way. As Project Manager, Mr. Plotnikiewicz implements and executes our quality control procedures, ensures team members are adequately equipped and trained to perform their job functions, and monitors our performance on a frequent basis with NCTD. He also provides contract administration and construction engineering as needed. Caltrans District 11 On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Senior Engineer for the Caltrans District 11 Claims Department performing constructability reviews and providing CPM schedule analysis and review services. His responsibilities include analyzing Contractor’s baseline and monthly schedule updates using Primavera P3 and P6, Microsoft Project, Claim Digger, and SureTrak; preparing time impact analysis to determine construction delays; and assisting project designers in the development of CPM schedules used for programming jobs and determining working days. Mr. Plotnikiewicz also prepares and reviews CPM schedules and contract documents for projects prior to bid to verify working days, constructability, and logic of stage construction plans; and assists the Duty Senior with responses to bidder’s inquiries. SANDAG On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Kleinfelder Construction Services’ Lead Schedule Engineer for this on-call contract, participating in numerous task orders including Oceanside Transit Center, Superloop Phase 3, Sorrento to Miramar Phases 1 and 2, East County Bus Maintenance Facility, Sorrento Valley Double Track, and South Bay Bus Rapid Transit Phases 1A, 1B and 2A/2B, and Mid-City Bus Rapid Transit. Mr. Plotnikiewicz is responsible for reviewing baseline CPM schedules, monthly update schedules, and TIAs. He prepares independent TIAs based on the project records to verify if the Contractor-prepared TIAs are valid and creates “what-if” schedules to assess potential project impacts. Mr. Plotnikiewicz has also created project schedules during the constructability review phase to verify the contract working days. PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Greg Gomez, PE, QSP, CISEC Resident Engineer/Senior Inspector (KCS) Greg Gomez brings 16 years of experience in construction engineering and management. His degree in Construction Engineering, coupled with his water resource, transportation, public works, and land development project design experience provides him with a solid foundation for construction management and inspection work. Greg has served as a Project Manager, Resident Engineer, Construction Manager, Field Engineer, and Inspector on a variety of public and private projects, including a strong focus on water/wastewater pipeline projects. A strong leader with excellent communication skills, he combines his knowledge of construction management and field experience to control project costs and facilitate claims avoidance. Greg possesses the ability to communicate proficiently with all levels of the project team, identify issues quickly, and provide input and recommendations for effective solutions. His responsibilities have included processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, change order resolution, claims avoidance, and bid evaluation; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; monitoring labor compliance; performing field inspections and materials testing; coordinating with various agencies, utilities, and residents; verifying traffic control and site safety; and maintaining public relations. Based in San Diego, he has built strong working relationships with local city and agency clients, consultants, and other stakeholders that, along with his project experience, will provide a great benefit to KCS and the City of Carlsbad on this project. City of Encinitas Leucadia Flooding Issues Sump Areas Phase III (Encinitas, CA) Mr. Gomez served as Resident Engineer/Inspector for this important City of Encinitas project. The work consisted of clearing and grubbing including removal of asphalt, grading, asphalt concrete pavement replacement, traffic control measures, stormwater compliance, and installing seven pre-cast concrete catch basins at six existing sump areas throughout the City. Mr. Gomez’s responsibilities included processing RFIs, CCOs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control and change order resolution; reviewing certified payrolls for labor compliance; conducting progress meetings and organizing meeting minutes; performing field inspections and coordinating materials testing; coordinating with various agencies, utilities, and residents; verifying traffic control and site safety; and maintaining public relations. City of Vista Buena Outfall Force Main Phase III Project (Vista, CA) Mr. Gomez served as Resident Engineer/Project Manager on this project consisting of the installation of approximately 20,000 linear feet of HDPE sewer main ranging from 16 to 30 inches in diameter, DR11 for force main sections, and DR17 for gravity sections; 385 linear feet of horizontal jack and bore 42-inch steel casing across El Camino Real; construction of 42 new five- to seven-foot inside diameter Armorock manholes; deep open cut trenching up to 30 feet; trench groundwater dewatering and disposal; sewer bypassing; pavement resurfacing; cast-in-place concrete flow diversion structure with T-Lock PVC liner; three odor control facilities with block wall structures; two active biological odor control units (I-Box 5000); and one passive carbon odor control unit. Mr. Gomez’s responsibilities included performing constructability and biddability reviews of the project plans, specifications, and estimates and providing detailed comments; assisting with bid advertisements; field investigations to verify pre-existing conditions; performing bid evaluation; processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, change order resolution, and claims avoidance; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; monitoring labor compliance; managing field inspections and materials testing; coordinating with various agencies, utilities, and residents; verifying traffic control and site safety; and maintaining public relations. Education/Professional Registration B.S., Construction Engineering Civil Engineer in California, No. 83308 Qualified SWPPP Practitioner in California, No. 21788 Certified Inspector of Sediment and Erosion Control, No. 1004 CAL/OSHA 30-Hour Construction Safety and Health Training; MSHA New Miner Training Part 46; CPR, AED, and Basic First Aid Training; Member, CMAA 1 PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D City of Santee/Padre Dam Municipal Water District Techite Sewer Replacement Projects (Santee, CA) Mr. Gomez served as Resident Engineer/Project Manager for two sewer replacement projects that consisted of installation of 2,270 linear feet of new 15-inch and 12-inch diameter PVC SDR-35 sanitary sewer pipe and 13 new five- foot inside diameter manholes with elastomeric polyurethane liner system; removal of existing sanitary manholes over existing adjacent 10-inch Techite sewer pipe, including disconnection of existing sewer lateral and extension/reconnection of existing laterals to new manholes; removal of interfering portions of existing 10-inch Techite sewer; abandonment in place of remaining portion of existing 10-inch Techite sewer; sewer bypassing as required to maintain sanitary flows during construction of new sewer and switchover of lateral connections; trench groundwater dewatering and disposal; three new valve vaults and hydraulic cylinder-operated knife gate valves; new supervisory control and data acquisition/remote terminal unit (SCADA/RTU) panel, flow meter, and related electrical and control work; reconfiguration of existing force main and installation of new emergency discharge connection; rehabilitation of 390 linear feet of existing six-inch vitrified clay pipe (VCP) sewer via installation of new cured-in-place plastic (CIPP) liner, rehabilitation of two existing manholes, installation of a new end of line precast manhole, and pavement resurfacing. Mr. Gomez’s responsibilities included processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, change order resolution, claims avoidance, and bid evaluation; reviewing certified payrolls for labor compliance; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; performing field inspections and coordinating materials testing; coordinating with stakeholders; verifying traffic control and site safety; and maintaining public relations. City of Escondido Utilities Department Water Resources Recycled Water Easterly Main Extension and Cemetery Projects (Escondido, CA) Mr. Gomez served as Resident Engineer/Project Manager for two waterline improvement projects, which included the installation of 30,000 linear feet of 15-inch PVC brine (gravity) and 24-inch ductile iron pipe (DIP) recycled (pressure) pipelines along the Escondido Creek Channel; replacement of 2,700 feet of eight-inch PVC, 3,500 feet of 16-inch and 20- inch DIP, and 6,600 feet of 24-inch DIP water/recycled water mains; installation of new domestic water service lines at 43 locations within private property; and installation of a new pressure reducing station to interconnect two water pressure zones. Additional project elements included pavement resurfacing and trench groundwater dewatering and disposal. Mr. Gomez’s responsibilities included processing RFIs, CCOs, RFQs, and submittals; reviewing baseline CPM schedules, progress payments, and bid documents; upholding code requirements; performing cost control, change order resolution, claims avoidance, and bid evaluation; reviewing certified payrolls for labor compliance; conducting progress meetings and organizing meeting minutes; performing stormwater compliance inspections; performing field inspections and coordinating materials testing; coordinating with stakeholders; verifying traffic control and site safety; and maintaining public relations. Elsinore Valley Municipal Water District Water Resources Capital Improvement Projects (Lake Elsinore/Corona, CA) Mr. Gomez served as Construction Manager/Project Manager on this contract involving five concurrent waterline replacement and improvement projects for the Elsinore Valley Municipal Water District. The projects included the replacement of 15,600 linear feet of PVC and DIP water mains and new waterlines at 25 locations within the client's boundaries; approximately 1,350-foot extension of lines for recycled water to the five project sites; replacement of broken or inoperative gate valves in four intersections; replacement of approximately 1,500 water meters with new automatic-reading meters; and installation of new waterlines and valves at five locations to interconnect two water pressure zones and a potable water booster pump station with associated yard piping. Mr. Gomez was responsible for project redesign; project documentation (record drawings, digital photography, observation reports, quantities); coordinating with various stakeholders; ensuring traffic control and site safety; maintaining public relations; processing and reviewing RFIs, CCOs, RFQs, shop drawings, submittals, baseline CPM schedules, progress payments, and bid documents; performing cost control, CCO resolution, claims avoidance, and bid evaluation; conducting progress meetings; organizing meeting minutes; monitoring labor compliance; coordinating daily operations with Contractors and enforcing code requirements; performing field inspections; and coordinating materials testing. PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Amanda Olgeirsson, PE Resident Engineer (KCS) Amanda Olgeirsson, PE has seven years of hands-on experience in engineering and planning of various types of design and construction projects. She served as Resident Engineer, Assistant Resident Engineer, Office Engineer, and Lead Inspector for over six years on a wide variety of projects, including interchange improvements, freeway widenings, pavement rehabilitations, and safety improvements. Ms. Olgeirsson has a comprehensive understanding of Caltrans standard plans and specifications, filing system, and inspection/administration procedures and requirements. Her recent experience with the City of Chula Vista and County of San Diego has broadened her experience with local plans and specifications, and has allowed her to hone her skills on effectively managing her time and approach toward projects with interesting and different scopes of work. City of Chula Vista On-call Construction Management Services, Street Pavement Rehab Phase II – Measure P (STL- 0430) (Chula Vista, CA) Ms. Olgeirsson serves as Resident Engineer for the City of Chula Vista’s $11.7M Street Pavement Rehabilitation Phase II (Measure P) project. This project involves asphalt pavement rehabilitation and pedestrian improvements for approximately 200 locations on residential streets throughout the City, with work being performed by a prime contractor and numerous subcontractors. Ms. Olgeirsson’s responsibilities include contract administration, review of Contractor submittals, RFI responses, and preparing cost estimates for change order requests, as well as writing revised scope of work and change order documents. Additional duties include scheduling inspection staff, preparing pay estimates, assisting field personnel when field conditions deviate from construction documents, and facilitating correspondence with residents who submit comments and issues through the City’s website. At weekly meetings with the City’s engineering staff, Ms. Olgeirsson presents a running budget projection log that she uses to track bid item quantities at each project location, which allows her to maintain oversight of the project’s progress and contingency. City of Chula Vista On-call Construction Management Services, City Park Drinking Fountain Replacements (Chula Vista, CA) Ms. Olgeirsson served as Resident Engineer/Senior Inspector on this project consisting of the replacement of 31 drinking fountains at 21 parks throughout the City of Chula Vista. Work included removal of existing fountains and installing new Elkay model outdoor pedestal and wall-mounted drinking fountains. She wrote and oversaw the implementation of three change orders, including one to install sump drains at two locations to facilitate better drainage for the new drinking fountains. Ms. Olgeirsson completed weekly diaries and assisted the Project Manager with reviewing and completing monthly pay estimates. Because this project involved part-time inspection, Ms. Olgeirsson managed her time effectively by keeping in regular contact and maintaining a positive relationship with the contractor to help her to manage her hours at the jobsite based on the contractors’ workload. County of San Diego Stage Coach Lane at Reche Road Intersection, and Reche Road at Live Oak Elementary School and Potter Junior High School Road Improvements (Fallbrook, CA) Ms. Olgeirsson served as Inspector on these two projects for the County of San Diego in Fallbrook, CA. The projects involved roadway and pedestrian improvements along Reche Road at the Stage Coach Lane intersection and in front of Live Oak Elementary School and Potter Junior High School. The work she inspected primarily included constructing permeable concrete sidewalks to meet Green Street requirements. Through her part-time inspection services on this project, she familiarized herself with the County of San Diego’s filing procedures by assisting the Resident Engineer in organizing and maintaining project files, and their standard plans and specifications. Being part-time inspection, Ms. Olgeirsson managed her time effectively and made the most out of her trips to the jobsite, often working out of her truck onsite to write her daily inspection diaries using the County’s internal daily diary documentation website. Education/Professional Registration B.S., Civil Engineering Civil Engineer in California No. 87246 Caltrans Field Safety for Office Workers Training, 08/2012 Caltrans Title VI Training, 07/2012 CAL/OSHA 10-Hour Construction Safety and Health Training, 06/2012 PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Caltrans District 11 On-Call Construction Management Services, SR-76 Valley Center Road Roundabout Intersection Improvements (Pauma Valley, CA) Ms. Olgeirsson served as Assistant Resident Engineer/Lead Inspector for the $15.5M, award-winning, SR-76 Valley Center Road Intersection Improvements project, which upgraded an existing intersection controlled by a single stop sign to a roundabout intersection. The project included a new intersection alignment, sidewalks, curb ramps, rockscapes for drainage and landscaping, and a cul-de-sac servicing local businesses and bus access. Ms. Olgeirsson was the single point of contact representing Caltrans for two 12-hour, nighttime full freeway closures with extensive detours, and for day and night flagging operations for one-way traffic control. She coordinated directly with the Caltrans Public Information Office to provide closure and detour details to the public. Additionally, Ms. Olgeirsson was responsible for field inspection of grading, drainage pipe installation, roadway structural sections including conventional and rubberized asphalt pavement, decorative concrete flatwork, high friction surface treatment, sign installation, new water line installation and connection, as well as conducting weekly SWPPP inspections, creating and maintaining the project’s construction general permit in the Water Board’s SMARTS system, and keeping all electronic and physical project files organized and current. This project was awarded the “2019 Caltrans Excellence in Transportation Award—The Highway (Rural).” Caltrans District 11 On-Call Construction Management Services, Hwy 78 Auxiliary Lane at Twin Oaks Valley Road (San Marcos, CA) Ms. Olgeirsson served as an Assistant Resident Engineer on this widening project which added an auxiliary lane on both EB and WB 78 between Woodland Parkway and Twin Oaks Valley Road. She inspected k-rail placement and temporary striping, earthwork and grading operations, drainage installation, and performed weekly SWPPP inspections with the contractor. She was responsible for organizing and delegating submittals in the early stages of the project, as well as creating and maintaining the project’s construction general permit in the Water Board’s SMARTs system. During this project, the State Water Board audited the job site and project files. The board found the SWPPP files to be organized and complete, and only one minor comment was noted about BMPs on the job site. Caltrans District 11 On-Call Construction Management Services, San Diego and Imperial County ADA Improvements (San Diego, CA) Ms. Olgeirsson served as a Field Inspector on this project involving ADA upgrades to sidewalks, driveways, and crosswalks at 56 locations around San Diego and Imperial Counties. In this role, she was responsible for inspecting traffic control operations, sidewalk demolition, concrete sidewalk, ramp, and gutter formwork and placement, HMA placement, sign and fence removal and installation, SWPPP support, utility and drainage work, monitoring subcontractor’s work, and performing EEO interviews. In addition to her fieldwork, Ms. Olgeirsson’s tasks included reviewing concrete and asphalt mix designs to ensure compliance with project specifications. Throughout the project, she proved flexible with her schedule, often working both nights and days, to ensure that item work was being inspected by herself or other inspectors. While working in the field, she communicated daily with the Resident Engineer via email, text, and phone calls to keep him informed on the project’s progress. Upon project completion, an independent auditor determined that all 56 locations were within ADA compliance tolerances. Caltrans District 11 On-Call Construction Management Services, SR-163 Pavement Rehabilitation (San Diego, CA) Ms. Olgeirsson served as a Field Inspector assisting the Resident Engineer on this project involving the application of Bonded Wearing Course Asphalt on SR-163 from Ash Street to the San Diego River Bridge. In this role, she was responsible for inspecting all operations, including grinding, bonded wearing course, and inertial profiling. Ms. Olgeirsson verified contractor compliance and implementation of Caltrans’ traffic control and lane closure procedures as well as monitored critical item quantities throughout construction to maintain the project’s budget and schedule. She devised immediate solutions for the contractor to implement if existing field conditions did not match project plans and identified and proposed corrective action in real time for operations violating contract specifications. Additionally, Ms. Olgeirsson provided general consultation on the intent of project specifications and acted as an intermediary for the Resident Engineer to resolve incidental issues with the contractor at the lowest level. PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Greg McClendon Senior Inspector (KCS) Greg McClendon has a diverse background that encompasses over 40 years of experience in construction inspection, contract compliance, and contract administration with Caltrans District 11. He has performed the duties of Resident Engineer, Assistant Resident Engineer, Lead Construction Inspector, Field Inspector, and Survey Party Chief for numerous highway and transportation-related projects. Mr. McClendon has an extensive construction background encompassing earthwork, grading, asphalt concrete (AC) paving, portland cement concrete (PCC) paving, overlays, chip seals, storm drainage systems, traffic control, project site safety, and SWPPP implementation including SWPPP submittal, review, and inspection. Additionally, Mr. McClendon is knowledgeable of Caltrans Standards and completing project documentation and administration in accordance with Caltrans requirements. His experience includes various documentation and administration duties, such as generating and implementing contract change orders; reviewing, approving, and monitoring all SWPPP elements for a project; reviewing, approving, and monitoring CPM progress schedules; reviewing QA/QC for all project materials; reviewing and approving asphalt and PCC mix designs; and reviewing and approving monthly progress payments including item over runs and change orders. Mr. McClendon has also participated in numerous Dispute Review Boards (DRB). Caltrans District 11 On-call Construction Services, I-5 North Coast Segments 2/3 (San Diego, CA) Mr. McClendon serves as Roadway Construction Inspector for the $224M I-5 North Coast Corridor Segments 2/3 project. This is the second phase of the North Coast Corridor (NCC) multimodal mobility improvement program and involves extending high occupancy vehicle (HOV) lanes on I-5 from Birmingham Drive to Palomar Airport Road, construction of ITS elements and soundwalls, and rehabilitation of drainage culverts. In this role, Mr. McClendon is responsible for quality assurance inspection of nightwork construction operations including traffic control, earthwork, grading, drainage, aggregate base, HMA base and paving, PCC paving and other civil inspection activities. Other responsibilities include preparation of diaries, quantity sheets, and other documentation; the coordination of materials testing and construction staking services; field issues resolution; SWPPP support; monitoring of the subcontractors’ work; performing EEO interviews; and assisting the Resident Engineer with developing contract change orders, responding to RFIs, and submittal review. City of Chula Vista On-call Construction Management Services, Street Pavement Rehab Phase II (Chula Vista, CA) Mr. McClendon serves as Lead Construction Inspector for the Street Pavement Rehab Phase II project. This project involves asphalt pavement rehabilitation and pedestrian improvements for approximately 200 locations on residential streets throughout the City. Mr. McClendon is responsible for field inspections of asphalt grinding and paving and associated operations, including SWPPP best management practices and traffic control. Mr. McClendon’s tasks also include documenting work progress in the form of daily diaries and taking project photos, generating quantity sheets for the monthly pay estimate to the Contractor, and tracking and documenting extra work to be paid for under contract change orders. SANDAG Encinitas Coastal Rail Trail (Encinitas, CA) Mr. McClendon served as an Assistant Resident Engineer for the Coastal Rail Trail project, a 44-mile continuous bike path spanning between Oceanside and the Santa Fe Depot in downtown San Diego. The Encinitas segment consists of a 1.3-mile walking and biking path along the east side of the railroad tracks near San Elijo Avenue, from Chesterfield Drive to the Santa Fe Drive undercrossing. The trail will help improve biking and walking connections to several destinations in the Encinitas community, including local parks and businesses, beaches, and schools. Mr. McClendon’s responsibilities included review of Contractor submittals, RFI responses, cost estimating, preparation of contract change orders, and writing revised scope of work. Additionally, he scheduled inspection and materials testing staff, determined quantities from field reports, and prepared pay estimates. Education/Professional Registration A.A., Civil Engineering Technology Qualified SWPPP Practitioner (QSP) in California, No. 26678 Certified Inspector of Sediment and Erosion Control (CISEC), No. 2337 CAL/OSHA 10-Hour Construction Safety and Health Training District 11 Inspector of the Year Award., District 11 Resident Engineer of the Year Award PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D Caltrans District 11 On-call Construction Management Services, I-8 Update Continuously Reinforced Concrete Pavement Project (Imperial County, CA) Mr. McClendon served as Civil Inspector for the $417M Caltrans District 11 project, which includes placement of Continuously Reinforced Concrete Pavement (CRCP) along I-8 in Imperial County from SR-111 to the Arizona border. The new pavement will provide a longer lifespan for the roadway, while at the same time reducing cost and improving safety for highway workers exposed to traffic by reducing maintenance time. Asphalt shoulders will also be replaced with CRCP, reducing environmental impacts, and increasing durability. Mr. McClendon was responsible for inspection of earthwork, subbase, base materials, and hot mix asphalt (HMA). He also provided inspection of CRCP elements including sub-grade, steel, and review of PCC mix design data. Mr. McClendon coordinated with lab personnel to assure all QA needs were covered at both the plant and project site, verified that concrete was placed within the lines and grades, and inspected freshly batched concrete and concrete placement. Additional inspection duties included post placement cores, saw cutting, and pavement delineation. He reviewed inertial profile reports and inspected corrective actions taken to bring the PCCP into tolerance. Mr. McClendon’s administrative tasks included coordinating with the Resident Engineer and Contractor to implement contract change orders, responding to RFIs, preparing extra work bills and monthly quantity calculation sheets for progress payments, reviewing monthly CPM updates, and assisting the Resident Engineer with coordination between the project and outside entities such as Arizona Department of Transportation, Quechan Indian Tribe, County of Imperial, Union Pacific Railroads, California Highway Patrol, and other local agencies. Caltrans District 11 SR-78 and SR-86 New Highway Construction, Unit 2 (Imperial County, CA) Mr. McClendon served as the Lead Assistant Resident Engineer for this $78M expressway project to construct a new interchange and 3.5-miles of new four-lane portland cement concrete (PCC) roadway. Several at-grade intersections were also constructed and signalized. Mr. McClendon’s responsibilities included coordinating with field inspection and material testing staff, reviewing daily inspection reports, reviewing item quantities for accuracy prior to inclusion in the monthly progress payment, conducting safety reviews, reviewing SWPPP inspection reports, and reviewing various contract documents to verify conformance with Caltrans policies and procedures. He also coordinated with the San Diego Natural History Museum to allow their staff to conduct an archaeological dig within the project, as several areas planned for roadway excavation were thought to contain fossilized remains. Mr. McClendon worked directly with the Resident Engineer to generate and execute contract change orders, conduct monthly CPM schedule reviews to assure timely progress of the project, and attend weekly Contractor/Caltrans meetings to discuss ongoing project issues. He also attended quarterly DRB meetings and prepared backup documentation for the Resident Engineer to present to the DRB during claim resolution meetings. Caltrans District 11 SR-111 New Expressway Construction, Unit 3 (Imperial County, CA) Mr. McClendon served as the Resident Engineer for this roughly $12.3M roadway project. The project included the construction of 4.5-miles of four-lane portland cement concrete paving (PCCP) expressway and several constructed and signalized intersections. Mr. McClendon’s responsibilities included review and approval of SWPPP and CPM schedule submittals, review of asphalt concrete (AC) and PCCP mix designs, and review of material submittals to verify contract compliance prior to performing the work. He also managed potential claim issues, including meeting with the Dispute Resolution Board (DRB) and Contractor on a regular basis, and taking appropriate actions to resolve disputes. Mr. McClendon met with Imperial Irrigation District (IID) on a regular basis to coordinate the extensive relocation work required throughout the contract due to new irrigation and power alignments. Additionally, he coordinated with IID and the Contractor to provide the needed work around windows throughout the life of the contract, held weekly safety meetings and conducted field safety reviews, reviewed monthly progress payments to the Contractor, and held weekly meetings with the Contractor to discuss various issues concerning the project. PSA21-1201CMI - Appendix "A' DocuSign Envelope ID: 04D38970-E2F4-4F0B-A8A5-398F61EC839D ABDFXZHolder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307026055326621013074277265721777200723600057201335707340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000723100506026313207123336343172000071332272421731010713322724217310107133236243173001070332273420731100703332624316311007132236253173010077756163351765540777777707000707007Certificate No :570082400996CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/17/2020 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 35289The Continental Insurance CompanyINSURER A: 20478National Fire Ins. Co. of HartfordINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 24319Allied World Surplus Lines Insurance CoINSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: The Kleinfelder Group, Inc 550 West C Street Suite 1200San Diego CA 92101 USA COVERAGES CERTIFICATE NUMBER:570082400996 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 B 04/01/2020 04/01/2021Y6057515853 PRO-JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE(Per accident) X BODILY INJURY (Per accident) $1,000,000A04/01/2020 04/01/2021Y COMBINED SINGLE LIMIT(Ea accident)6057515836 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $4,000,000 $4,000,000 $10,000 04/01/2020UMBRELLA LIABA 04/01/20216057123519 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEC04/01/2020 04/01/2021 (CA) WC657169111C 04/01/2020 04/01/2021 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / A Y N (AOS) WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC657169108 Each ClaimPSDEF200064704/01/2020 04/01/2021 Claims-Made Policy $5,000,000Aggregate Env CPL/ProfD SIR applies per policy terms & conditions $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Agreement No. TRAN1560. City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. General Liability and Automobile Liability policies evidenced herein are Primary and Non-Contributory to other insurance available to an Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers' Compensation policy. Should General Liability and Workers' Compensation policies be cancelled before the expiration date thereof, the policy provisions will govern how notice of cancellation may be delivered to Certificate Holders in accordance with the policy provisions of each policy. See Attached for Complete List of Named Insureds CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD 1635 Faraday Avenue Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. NAMED INSURED SCHEDULE AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Insurance Services West, Inc. 570000071365 570082400996 570082400996 Page _ of _ The Kleinfelder Group, Inc Kleinfelder, Inc. The Kleinfelder Group, Inc. Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLC Kleinfelder PNG Ltd.Kleinfelder Southeast, Inc. Kleinfelder Texas 100, LLC Kleinfelder Texas 200, LLC Kleinfelder Utah 100, LLC A-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insite Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 2 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described inparagraphs A. through I. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b.However, subject always to the terms and conditions of this policy, including the limits of insurance, theInsurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than thatdescribed by the applicable paragraph A. through I. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.such person or organization's financial control of a Named Insured; or 2.premises such person or organization owns, maintains or controls while a Named Insured leases oroccupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers, Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by the Named Insured's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: a.in connection with the Named Insured's premises; or b.in the performance of the Named Insured's ongoing operations. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 3 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. But the coverage hereby granted to such additional insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by, on behalf of, or for the Named Insured, including but not limited to: 1.the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; or 2.supervisory, inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions – Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.the following hazards in connection with premises a Named Insured owns, rents, or controls and towhich this insurance applies: a.the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings,sidewalk vaults, street banners, or decorations and similar exposures; or CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 4 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. b.the construction, erection, or removal of elevators; or c.the ownership, maintenance or use of any elevators covered by this insurance; or 2.the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operationsperformed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. I. Trade Show Event Lessor 1.With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter ordisplayer, any person or organization whom the Named Insured is required to include as an additionalinsured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a.the Named Insured's acts or omissions; or b.the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2.The coverage granted by this paragraph does not apply to bodily injury or property damage includedwithin the products-completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amendedto add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer willnot seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's owninsurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstandinganything to the contrary elsewhere in this Condition, the insurance provided to such person or organization isexcess of any other insurance available to such person or organization. 3. ADDITIONAL INSURED – EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part, WHO IS AN INSURED is amended to make the following natural persons Insureds. If the additional insured is: a.An individual, then his or her spouse is an Insured; b.A partnership or joint venture, then its partners, members and their spouses are Insureds; c.A limited liability company, then its members and managers are Insureds; or CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1.the written contract requires you to provide the additional insured such coverage; and 2.this coverage part provides such coverage. II.But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the10-01 edition of CG2037; or B. additional insured coverage with “arising out of” language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III.Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will notprovide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV.The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 1 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 IInsured Name: THE KLEINFELDER GROUP, INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1.primary and non-contributing with other insurance available to the additional insured; or 2.primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI.Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the additionof the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in theinvestigation, defense, or settlement of the claim; and 3.make available any other insurance, and tender the defense and indemnity of any claim to any other insureror self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part.However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII.Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amendedto add the following definition: Written contract means a written contract or written agreement that requires you to make a person ororganization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1.the bodily injury or property damage; or 2.the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 2 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA71527XX (Ed. 10/12) CNA71527XX (10/12) Policy No: 6057515836 Page 1 of 1 Endorsement No: 1 Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP Copyright CNA All Rights Reserved. ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. General Liability Form CNA75014XX It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate older on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation or impose any liability or obligation upon us or the Agent of Record. © CNA All Rights Reserved Workers Compensation Form: CC68021A It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate older on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation or impose any liability or obligation upon us or the Agent of Record. © CNA All Rights Reserved WC6057169108 Workers Compensation Form: CC68021A It is understood and agreed that: If you have agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if we cancel a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate Holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate older on file with the Agent of Record will be sufficient to prove notice. Any failure by us to notify such persons or organizations will not extend or invalidate such cancellation or impose any liability or obligation upon us or the Agent of Record. © CNA All Rights Reserved WC657169111 PSA21-1201CMI City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 6044 / 6043 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between KLEINFELDER CONSTRUCTION SERVICES, INC., a California corporation, ("Contractor") and the CITY OF CARLSBAD, ("City") dated August 18, 2020, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide Construction Management and Inspection 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 Palomar Airport Road Widening, (the “Project"). The Project services shall include Construction Management and Inspection Services. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five (5) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work by December 31, 2020. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1.Progress payments shall be based on work days. Appendix "A", attached, prepared byContractor and reviewed by City, shows the parties’ intent as to the elements, scope andextent of the task groups. Contractor acknowledges that performance of any and all tasksby the Contractor constitutes acknowledgment by Contractor that such tasks are thosedefined 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 the City through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $59,988.00. DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 September 21, 2020 PSA21-1201CMI City Attorney Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 PSA21-1201CMI City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES TASK GROUP TIME & MATERIALS Construction Management and Inspection Services $59,988.00 TOTAL (Not-to-Exceed) $59,988.00 CONTRACTOR Kleinfelder Construction Services, Inc. Kleinfelder Construction Services, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Deborah Butera, Secretary Louis Armstrong, President (print name/title) (print name/title) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, President or Vice-President Column B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Geoff Patnoe. Assistant City Manager as authorized by the City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 September 21, 2020 5761 Copley Drive, Suite 100, San Diego, CA 92111 | P: 858.223.8500 F: 858.223-8499 September 8, 2020 City of Carlsbad Construction Management and Inspection Division 1635 Faraday Avenue Carlsbad, CA 92008 Attention: Valerie Airey, LEED AP Municipal Projects Manager SUBJECT: Palomar Airport Road Widening Project – Additional Funds Construction Management and Inspection Services Dear Ms. Airey: Kleinfelder Construction Services (KCS) is pleased to submit our scope of work and fee proposal to provide construction management and inspection services for the Palomar Airport Road Widening project. This request is for additional funds to cover the extended duration of the project and additional project coordination that was not included in our original scope of services. We are proposing the following personnel to manage the project: •Mark Plotnikiewicz, PE, QSD – Project Manager/Schedule Reviews •Shawn Stewart – Civil Inspector (Lead) Mark Plotnikiewicz has 28 years of civil engineering experience on a variety of transportation and public works projects. He has served as a Project Manager, Resident Engineer, Lead Scheduler, Structures Representative, Lead Constructability Reviewer and Design Engineer. He has successfully completed multiple projects with the City of Carlsbad and thoroughly understands the City’s processes. Mr. Plotnikiewicz will serve as Project Manager for the project as well as provide schedule review services. Shawn Stewart will serve as the Civil Inspector (Lead) for the project. He brings extensive construction inspection experience and a strong background in the supervision of public works projects, including recently completing several projects for the City of Carlsbad such as the 2017 Pavement Overlay Project (Project No. 6001-17OL), the ADA Improvement Program (Project No. 6049-17) and the Bridge Preventative Maintenance Program 2017 (Project No. 6066-17). Mark and Shawn are currently working on the Palomar Airport Road Widening project and are proposed to provide project continuity. Resumes for Mr. Plotnikiewicz and Mr. Stewart are attached for your review. KCS possesses additional qualified inspection staff should other project needs arise, or additional staff be required by the City. PSA21-1201CMI Task 1 Appendix "A"DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 Our attached scope of work and fee submittal are based on a November 2020 completion date and assume we will have a project inspector covering the night work and attend the weekly meetings. We have assumed Monday through Friday will be considered the working days on the Project. We look forward to continuing our relationship with the City of Carlsbad. If you have any questions about the attached submittal or need any additional information, please do not hesitate to contact us. Sincerely, Attachment Hank Gentile, PE Kleinfelder Construction Services O: 858-223-8473 M: 858-705-0076 E: hgentile@kleinfelder.com Mark Plotnikiewicz, PE, QSD Kleinfelder Construction Services O: 858-223-8480 M: 858-688-7182 E: mplotnikiewicz@kleinfelder.com PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project – Additional Funds KLEINFELDER CONSTRUCTION SERVICES SCOPE OF ENGINEERING SERVICES PROJECT: Palomar Airport Road Widening – Additional Funds CLIENT: City of Carlsbad DATE: September 8, 2020 PROJECT DESCRIPTION The project consists of widening Palomar Airport Road from the I-5 NB On/Off ramps to Paseo Del Norte in the City of Carlsbad. The contract work includes the following: •Public notification•HMA mix design•Traffic control •Demolition•Full depth paving•Cold mill and overlay•Concrete curb and gutter•Sidewalk•Drainage•Water service/backflow preventer•Raise utilities to grade•Traffic signal video detection•Traffic loops•Signing/Striping/pavement markers CONSTRUCTION MANAGEMENT AND ADMINISTRATION Task 1.1 Perform Construction Management and Administration KCS will assist the City’s Construction Manager in providing construction management and administration necessary for the Project to verify contract compliance. The following is a brief description of some of the major aspects of this work: •Submittals: KCS’ Project Inspector will receive, log, review, and respond to all projectsubmittals, as well as coordinate with the City and Project Designer if necessary. Criticalsubmittals include WPCP, baseline schedule, traffic control plans, and asphalt concrete mixdesigns (HMA job mix formulas). •Project Schedules: KCS’ Project Inspector and Project Manager will review the monthlyschedule updates and focus on areas that may impact the critical path. We will providecomments to the City, as requested. •Project Meetings: KCS’ Project Inspector will coordinate meetings with the Contractor andthe City of Carlsbad on a weekly basis or as necessary. The purpose of these meetings will be to discuss upcoming work, project issues, and overall project status. Each meeting willhave an agenda in order to provide a platform for efficient dialogue. One of the goals of thesemeetings will be to identify potential conflicts at the earliest possible stage so they may be resolved without impacting the schedule. KCS will produce written minutes, which will bemaintained in the project files. PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project – Additional Funds •Requests for Information: All Contractor Requests for Information will be logged andreviewed by our Project Inspector. Responses will be timely and in accordance with allcontract documents as specified in section 2.5.1 of the General Provisions. We will workclosely with the Contractor and City of Carlsbad staff to keep the project moving forward. •Progress Payments: KCS will develop monthly pay estimates for the work completed by theContractor. Prior to completing the monthly estimate, KCS will meet with the Contractor tofinalize the payment quantities for the appropriate bid items. KCS will submit the monthly payestimates to the City of Carlsbad for review and process by the specified due date. •Change Orders: We will make every effort to complete the project without contract changeorders. However, when required, our inspector will provide pertinent information regarding thenecessity for the change, affected quantities, and other information to assist in the successfulnegotiation and execution of contract change orders. Project staff will investigate and analyzedifferent options for solving issues and seek to achieve the best solution possible for the Cityof Carlsbad. Our understanding is that Carlsbad’s CM will write the change orders withassistance and information provided by our inspector. As with all contract work, we willmaintain complete records of all change order work to ensure accurate and complete paymentand avoid potential claim situations. •Photo Documentation: KCS will document the job site existing conditions with complete andcomprehensive job-site photos prior to construction. This will include any features that theplans identify to “remain in place,” or any facility the contractor is obligated to “protect inplace.” During the remaining construction activities, progress photos will be taken at frequentdurations during the project also. KCS is aware that documentation is often needed to defend against contractor claims of pre-existing damage to an existing facility. Photos will be dated,labeled, and logged for easy retrieval. •As-Built Drawings: KCS will maintain redline As-Built Markup Plans during the progress ofthe project. KCS will provide the City of Carlsbad with the redlined markups maintained duringthe course of the project that can be utilized in the preparation of final “As-Built Plans” upon completion of the project. •Files: The Project Inspector will maintain a complete set of project files. Files will be keptcurrent at all times and will be set up in accordance with the Caltrans filing system. The fileswill be able to pass a State and Federal audit at any point during the construction. This workincludes logging the Contractor’s certified payroll. Task 1.2 Perform Field Inspection and Documentation KCS will perform quality assurance field inspection and documentation required for the project. The following highlights a few key components of this work: •Inspection: KCS will monitor construction activity on the project site and perform benchmark,part-time or full-time inspection depending on the operation and our budget. KCS will verify that the Contractor’s work crew is consistently operating in accordance with the governingsafety practices and confirm that the project is being constructed in accordance with theproject plans and specifications. Proactive inspection is practiced to catch errors at the earliest possible stage before they affect the budget or schedule. KCS prides itself indeveloping a good working relationship with the Contractor. This benefits all parties and helpsassure a successful project. •Public Interface: The Project Inspector will also serve as the main point of contact on behalfof the City in dealing with any questions or issues that arise with both private residents and commercial businesses. The Project Inspector will proactively verify that the contractorprovides the public notifications required in the contract and will work proactively with the PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project – Additional Funds contractor and the public in resolving issues at the project level to a great a degree as possible. •Materials Sampling and Testing: KCS will coordinate with the City’s on-call/as-neededtesting firm to meet the Project’s testing requirements. Our Project Inspector will verify that the contractor performs and achieves passing results for all required materials testing. •Documentation: Daily construction diaries will be written to document progress by theContractor, the workforce, and items inspected. A daily diary will also be written to documentimportant conversations and events. The Project Inspector will prepare the weekly statementof working days, progress payments, and contract change orders. •Punch list: A punch list will be provided to the Contractor to outline any remaining worknecessary to accept the field work. The Project Inspector will work closely with the Contractorthroughout the job to verify no major items of work or deficiencies remain when it comes timeto prepare a punch list. Task 1.3 Complete Final Reports and Closeout Job Files KCS’ Project Inspector will assist the City’s Construction Manager by providing information for any necessary Report of Completion, which may include a project summary, photos, a final detailed estimate, and as-built drawings. Job files will be finalized and the original job files will be boxed and delivered to the City of Carlsbad by our Project Inspector. PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 ESTIMATE OF FEES*See Note City of Carlsbad CLASSIFICATION TASK: Inspection Services RATE: $192.00 $148.00 $160.00 $216.00 FEE 1.3 CM and Administrative Duties 10 0 0 0 $1,920.00 1.4 Perform Field Inspection / Documentation 0 17 330 0 $55,316.00 1.5 Complete Final Reports / Closeout Files 2 16 0 0 $2,752.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTALS: CM & Inspection Services 12 33 330 0 0 $59,988.00 Total Hours: 375 $59,988.00 Additional effort in the form of longer shifts requiring overtime, or extra days required on the project due to issues such as problems with the contract documents, utility conflicts, unsuitable materials, or inefficiencies with the Contractor's operations, are not considered in this estimate, and may require an amendment to this estimated budget. Palomar Airport Road Widening - Additional Funds Notes: Estimate is based on a project completion in November 2020. The workweek runs from Monday through Friday. Construction management and administrative duties are based on an 8-hr shift. Field inspection hours are based on the anticipated hours required to complete the work and include no overtime. Project Manager Senior Inspector (Non-PW) Senior Inspector (PW) Senior Inspector (PW - OT) Kleinfelder Construction Services Kleinfelder Construction Services 9/8/2020 PSA21-1201CMI Task 1 Appendix "A" (continued)DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project Mark Plotnikiewicz, PE, QSD Project Manager Mark Plotnikiewicz has 28 years of professional engineering experience providing construction management for a variety of transportation and public works projects as a Project Manager, Resident Engineer, Structures Representative, Lead Constructability Reviewer, Lead Scheduler, and Design Engineer. He brings a comprehensive understanding of all aspects of construction management, including project management, contract oversight, construction surveying, shop drawing review, submittal review and approval, CPM schedule review, QA/QC, constructability reviews, and risk register analysis. Mark’s experience includes serving as a Project Manager and Resident Engineer for several large on-call contracts for owner/agencies such as the City of Carlsbad, City and County of San Diego, NCTD, Caltrans, and SANDAG. City of Carlsbad As-needed Horizontal Construction Management and Inspection Services (Carlsbad, CA) Mr. Plotnikiewicz serves as a Project Manager and Resident Engineer for a variety of task orders for KCS’ current as- needed construction management and inspection contract with the City of Carlsbad. These task orders have included the Sycamore Beach Access Stairway project, the 2017 Pavement Overlay project, the 2017 Bridge Preventative Maintenance Program, and the 2017 ADA Improvement Program. KCS has been providing quality construction management and inspection through our current and previous on-call contracts for nearly two decades. Projects have included numerous annual slurry seal and overlay projects; major roadway, bridge, waterline, and sewer projects; as well as parks and recreation facilities, traffic signals, and pump stations. Mr. Plotnikiewicz’ responsibilities include quality control, staff management, technical oversight, submittal reviews, and task order management. City of Carlsbad/NCTD Poinsettia Lane Overhead (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer and Structure Representative on this approximately $1.5M project, which consisted of bridge widening to Poinsettia Lane over the San Diego Northern Railroad. The superstructure consisted of precast voided concrete slabs with an asphalt concrete (AC) overlay supported by pier walls on a driven pile foundation. Mr. Plotnikiewicz provided construction inspection, contract administration, shop drawings review, coordination with railroad operations and flagging, traffic control inspection, and pile driving. Additionally, he was responsible for the underground utility construction and roadway widening portions of the project. City of Carlsbad Las Encinas Creek Bridge Replacement (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $2M federally-funded bridge replacement project. The project included removal and replacement of a 100-year-old bridge with a precast Conspan arch bridge approximately 38 feet long, 43 feet wide, and eight feet tall, supported on a reinforced concrete slab with six-foot-deep cut-off walls, creek rock slope protection and improvements, roadway reconstruction, and drainage installation. His responsibilities included all aspects of construction management including inspection, SWPPP compliance, falsework review, submittal reviews, responding to RFIs, negotiating and writing change orders, preparing correspondence to the Contractor and others, completing contract item adjustments, preparing as-built drawings, and overall contract administration. Due to construction coinciding with San Diego’s rainy season, Mr. Plotnikiewicz worked with the Contractor to verify that all stream diversions and SWPPP Best Management Practices (BMPs) were installed per the contract documents and environmental permits. City of Carlsbad, Carlsbad Boulevard Bridge Seismic Retrofit (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $1M, federally-funded bridge retrofit project, which consisted of seismic retrofit upgrades to an existing three-span bridge including footing widening, pier wall construction, bolster retrofit, and slope regrading. The bridge crosses over the NCTD railroad, which required close coordination with the railroad operations. Temporary supports were constructed for a 12-inch-diameter, high-pressure gas main during excavation requiring review of the support drawings and close coordination with SoCal Gas. Mr. Plotnikiewicz’ Education/Professional Registration B.S., Civil Engineering Civil Engineer in California, No. 58608 Qualified SWPPP Developer, No. 20655 CAL/OSHA 10-Hour Construction Safety and Health Training FHWA NBIS Bridge Inspection Training – Team Leader PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project responsibilities included all aspects of construction management including inspection, SWPPP compliance, submittal reviews, excavation plan review, responding to RFIs, preparing correspondence to the Contractor and others, negotiating and writing change orders, preparing Caltrans Local Assistance invoices for Federal reimbursement, drafting as-built drawings, and overall contract administration. City of Carlsbad Rancho Santa Fe Road Realignment Project, Phase II (Carlsbad, CA) Mr. Plotnikiewicz served as the Resident Engineer on this $13M, federally-funded roadway realignment project from Melrose Drive to La Costa Avenue in Carlsbad, California. The project included staged construction of a new, realigned six-lane roadway, construction of domestic and reclaimed water lines, sewer and storm drain systems, major dry utility relocations and undergrounding, and bridge replacement and realignment of an existing intersection. Additional project elements included staged replacement of an existing bridge over San Marcos Creek with two new cast-in-place, post- tensioned concrete box girder bridges. High skews, large utility blockouts, and a radius made the bridge construction challenging. Mr. Plotnikiewicz’ responsibilities included all aspects of construction management including inspection, SWPPP compliance, filing in accordance with Caltrans filing system, reviewing submittals, responding to RFIs, preparing letters to the Contractor, negotiating and preparing change orders, and overall contract administration. Mr. Plotnikiewicz worked closely with the Contractor to ensure the falsework was constructed in the creek to withstand the high flows that ensued during one of San Diego’s heavier rainy seasons. Due to the project’s proximity between two ongoing construction sites, Mr. Plotnikiewicz attended regular meetings with the adjacent Contractors and agencies to coordinate traffic shifts and traffic control. NCTD As-needed Construction Management and Construction Inspection Services (San Diego County, CA) Mr. Plotnikiewicz serves as the Project Manager for KCS’ on-call contract with NCTD. KCS’ scope of services for this contract includes construction management and construction inspection services for a variety of bus, rail, and transit projects, as well as NCTD Capital Improvement projects, NCTD encroachment projects, and SANDAG supported projects on NCTD right-of-way. As Project Manager, Mr. Plotnikiewicz implements and executes our quality control procedures, ensures team members are adequately equipped and trained to perform their job functions, and monitors our performance on a frequent basis with NCTD. He also provides contract administration and construction engineering as needed. Caltrans District 11 On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Senior Engineer for the Caltrans District 11 Claims Department performing constructability reviews and providing CPM schedule analysis and review services. His responsibilities include analyzing Contractor’s baseline and monthly schedule updates using Primavera P3 and P6, Microsoft Project, Claim Digger, and SureTrak; preparing time impact analysis to determine construction delays; and assisting project designers in the development of CPM schedules used for programming jobs and determining working days. Mr. Plotnikiewicz also prepares and reviews CPM schedules and contract documents for projects prior to bid to verify working days, constructability, and logic of stage construction plans; and assists the Duty Senior with responses to bidder’s inquiries. SANDAG On-call Construction Management Services, Various Projects (San Diego County, CA) Mr. Plotnikiewicz serves as Kleinfelder Construction Services’ Lead Schedule Engineer for this on-call contract, participating in numerous task orders including Oceanside Transit Center, Superloop Phase 3, Sorrento to Miramar Phases 1 and 2, East County Bus Maintenance Facility, Sorrento Valley Double Track, and South Bay Bus Rapid Transit Phases 1A, 1B and 2A/2B, and Mid-City Bus Rapid Transit. Mr. Plotnikiewicz is responsible for reviewing baseline CPM schedules, monthly update schedules, and TIAs. He prepares independent TIAs based on the project records to verify if the Contractor-prepared TIAs are valid and creates “what-if” schedules to assess potential project impacts. Mr. Plotnikiewicz has also created project schedules during the constructability review phase to verify the contract working days. PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project Shawn Stewart Senior Inspector Shawn Stewart has 28 years of construction management and inspection experience on a wide range of projects, including pavement rehabilitation, annual slurry seal improvement projects, polyester concrete overlay, bridge deck and structure rehabilitation, roadway widenings, realignments and new alignments, trolley station improvements, light and heavy rail improvements, and bus facility improvements. He has provided inspection for Americans with Disabilities Act (ADA) compliance and rehabilitation projects, pedestrian bridges, mass grading, utilities infrastructure, drainage structures, retaining walls, sidewalks, curbs and gutters, hot-mix asphalt (HMA) paving, slurry seals, box culvert and storm drain channels, parking lots, and underground utilities. Mr. Stewart has excellent communication skills and has proven to be an effective client/owner representative by responding to concerns of local businesses and property owners impacted by adjacent projects. He is also well versed with inspection of SWPPP and Manual on Uniform Traffic Control Devices (MUTCD). City of Carlsbad 2017 Citywide Pavement Overlay Project (Carlsbad, CA) Mr. Stewart served as a Senior Inspector for the City of Carlsbad’s 2017 Citywide Pavement Overlay Project to repair various roadways requiring crack sealing and pavement rehabilitation throughout the City. In this role, he was responsible for the inspection and documentation of all field items of work including asphalt concrete (AC) cold milling, hot mix asphalt paving, traffic control, and striping. Mr. Stewart also reviewed the project plans and performed a pre- walk of the project to verify and amend the Engineers’ estimated quantities, confirm roadway mark-outs of asphalt removal areas, and review planned traffic control measures and detours. He provided monthly progress payments, maintained project records and as-build drawings, and performed submittal reviews. Additional tasks included coordinating and conducting project meetings with the Contractor and City staff, and providing modifications to contract documents for City traffic, design, and staff engineers. City of Carlsbad 2012/2013 Slurry Seal and Asphalt Concrete Overlay Projects (Carlsbad, CA) Mr. Stewart served as an Inspector for the City of Carlsbad’s annual pavement management program. In this role, he provided inspection of roadways requiring crack sealing and pavement rehabilitation. His tasks included a pre-walk of project to verify and amend the Engineers’ estimated quantities, roadway mark-outs to identify asphalt removal areas, and monitoring crack sealing and traffic control measures. Additionally, Mr. Stewart served as a City and public representative for public outreach efforts, including communicating with residents, local businesses, public and private schools, as well as emergency services. He was also responsible for updating the project engineering section on the City’s website and posting project weekly schedules and area-impact maps for online access. Additional tasks included coordination and modifications to contract documents for City traffic, design, and staff engineers. Monthly progress payments, quantities verifications, project documentation, and project redline records were also provided. City of Carlsbad ADA Improvements Program (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector on this $620K ADA improvements project consisting of the replacement of over 100 curb ramps and the retrofit of over 50 existing curb ramps in the downtown Village, bringing them into compliance with current ADA standards. Traffic control, public notification, public parking, and staging make this project particularly challenging. Mr. Stewart’s responsibilities include field inspection, preparing monthly progress payments, and submittal review. He additionally coordinates with stakeholders and informs local businesses and affected public of construction updates. City of Carlsbad Bridge Preventative Maintenance Program 2017 (Carlsbad, CA) Mr. Stewart serves as a Senior Inspector for the City of Carlsbad’s 2017 $434K Bridge Preventive Maintenance Program for Poinsettia Lane Bridge over NCTD train tracks and Calle Barcelona Pedestrian Overcrossing. The project includes work Education/Professional Registration City of San Diego Public Utilities Department Recycled Water Site Supervisor, No. 4437 CAL/OSHA 10-Hour Construction Safety and Health Training Caltrans Construction Division Field Office Procedures Training NCTD Railroad Worker Protection Training MTS Roadway Worker Protection Training Previously Certified Preparer of SWPPP (CPSWPPP) and Compliance Inspector of Stormwater (CCIS) PSA21-1201CMI Task 1Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 City of Carlsbad On-call Construction Management Services Palomar Airport Road Widening Project on the Poinsettia Lane Bridge over NCTD railroad tracks and the Calle Barcelona Pedestrian Bridge. The work on the Poinsettia Lane Bridge includes replacement of the concrete barrier and chain-link fencing on the south side of the bridge, as well as repairing broken concrete and rusting components leading up to the bridge. The work on the Calle Barcelona Pedestrian Bridge includes repairing stone veneers and sealing the bridge deck. The Project will extend the service life of both bridges and eliminate costly repairs due to lack of maintenance. Mr. Stewart’s responsibilities include inspection of barrier rail with masonry wall removal and replacement, joint seal replacement, and bridge methacrylate treatment; traffic control; submittal review; progress payments to the Contractor; and coordination with the City and the public. City of Laguna Hills Citywide Asphalt Concrete Rehabilitation/Slurry Seal Project 2007 (Laguna Hills, CA) Mr. Stewart served as an Assistant Resident Engineer on this pavement rehabilitation/slurry seal project for the City of Laguna Hills. He was responsible for identifying areas of existing pavement for rehabilitation, inspecting the removal and replacement of the AC structural section, and monitoring the Type 2 slurry seal application. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. County of San Diego Annual Curb, Gutter, and Sidewalk Replacement (San Diego, CA) Mr. Stewart served as an Assistant Resident Engineer on this project, which replaced damaged sections of curb, gutter, and sidewalk at numerous locations throughout San Diego County. Mr. Stewart inspected removals, subgrade preparation, root barrier placement, concrete placement, and AC slot pavement in front of gutters. Other responsibilities included inspection and monitoring of traffic control measures and implementation of SWPPP measures throughout the project limits. SANDAG On-call Construction Management Services, South Bay Bus Rapid Transit Segment 1B (San Diego, CA) Mr. Stewart served as a Civil Inspector on the South Bay Bus Rapid Transit (SBBRT) Segment 1B project. This segment of the SBBRT includes two new stations along a two-mile route, through the master planned Otay Ranch community of Chula Vista, connecting residents to employment and activity centers between downtown San Diego and the South Bay of San Diego, California. Once completed, the SBBRT will provide frequent, rapid, and reliable bus service to help minimize traffic congestion along a major transportation corridor, offer service to areas not currently served by Rapid transit, and improve travel times by utilizing dedicated transit-only lanes, traffic signal priority, limited station stops, and real-time passenger information. Mr. Stewart was responsible for inspecting the civil improvements on the project, including grading, excavation and construction of the BRT guideway, utility service installations, and realignments and improvements. Additionally, he inspected storm drain piping, structures and tie-ins to existing storm drain facilities, recycled and potable water services, pathways and sidewalks, curb and gutter improvements including ADA improvements, hot-mix asphalt paving and overlays, signalization at the intersections, regulatory signage and striping, and landscaping and irrigation. He coordinated with Otay Water District, Department of Environmental Health, City of Chula Vista, and Federal Transportation Administration for barrier rail construction and public facilities inspection. SANDAG On-call Construction Management Services, Green Line Station Platform Modifications (San Diego, CA) Mr. Stewart served as a Civil/Station Inspector on the Green Line Station Platform Modifications project. This $8.5M project consisted of modifications to eight stations to accommodate new low floor vehicles. Mr. Stewart was responsible for inspection of all work items on the platform modifications, including demolition, excavation, trenching, grading, structural, and minor concrete, as well as AC paving and placement of station amenities. Mr. Stewart also represented SANDAG through their Public Outreach Program, communicating with residents, homeowner associations, and local businesses throughout the duration of the project. PSA21-1201CMI Task 1 Appendix "A" (continued) DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 $145 $165 $145 $165 $145 $165 $180 $195 $180 $195 $180 $195 $130 $195 $130 $195 $130 $195 $170 $195 $170 $195 $170 $195 $157 $167 $236 $251 $314 $334 $95 $125 $95 $125 $95 $125 $157 $167 $157 $167 $157 $167 $150 $160 $225 $240 $300 $320 $165 $170 $165 $170 $165 $170 $165 $170 Mileage costs for construction managers and inspectors are included in our hourly rate, and we will not be billing separately for mileage expenses for work performed in those classifications. Also, all equipment, cell phones, laptops, insurance, and vehicle charges are included in the hourly rates as well, for all classifications.  Safety Inspector ‐ PW Structures Inspector‐ PW Special Inspector ‐ PW $248 $330 Senior Inspector ‐ PW $248 $330 $248 $330 $248 $330 (PREVAILING WAGE) Field Staffing Position Straight Time Overtime Rate ($/HR  Double Time Rate  Structures Representative Special Inspector Schedule Engineer Resident Engineer Senior Inspector ‐ Non PW Office Engineer Safety Inspector $195 $195 $195 Field Staffing Position Straight Time ($/Hr Range) Overtime Rate ($/HR  Range) Double Time Rate  ($/HR Range) Construction Manager KLIENFELDER CONSTRUCTION SERVICES 2020 BILLING RATES CITY OF CARLSBAD AS‐NEEDED HORIZONTAL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES (NON‐PREVAILING WAGE) Project Manager Hourly charges include provisions for normal overhead costs such as fringe benefits, insurance, clerical  services, equipment, normal supplies and materials.  Field personnel are equiped with work trucks, cell  phone/radios, laptop computers and basic tools.  All other direct costs shall be reimbursed at a rate of  costs plus 10%.   Prevailing Wage rates based on California DIR SD County Determination No. SD‐23‐63‐3‐2020‐1D  including the two predetermined rate increases scheduled for July 1 of both 2020 and 2021. PSA21-1201CMI Appendix "B" DocuSign Envelope ID: 6D1A4BBF-1A95-4DBE-A844-6C6A732099B9 ABCDFHolder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462451722221453074237265365733200767204017601775707340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000722111506027212207023236242173100071333362530731010712333724206301107022336343172000071233262430731100702332735207311107123337253063110077756163351765540777777707000707007Certificate No :570083335273CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 07/28/2020 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 35289The Continental Insurance CompanyINSURER A: 20478National Fire Ins. Co. of HartfordINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 24319Allied World Surplus Lines Insurance CoINSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: The Kleinfelder Group, Inc 550 West C Street Suite 1200San Diego CA 92101 USA COVERAGES CERTIFICATE NUMBER:570083335273 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.Limits shown are as requestedPOLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $1,000,000 $1,000,000 $15,000 $1,000,000 $2,000,000 $2,000,000 B 04/01/2020 04/01/2021Y Y 6057515853 PRO-JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE(Per accident) X BODILY INJURY (Per accident) $1,000,000A04/01/2020 04/01/2021Y COMBINED SINGLE LIMIT(Ea accident)6057515836 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $4,000,000 $4,000,000 $10,000 04/01/2020UMBRELLA LIABA 04/01/20216057123519 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEC04/01/2020 04/01/2021 (CA) WC657169111C 04/01/2020 04/01/2021 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / A Y N (AOS) WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC657169108 Each ClaimPSDEF200064704/01/2020 04/01/2021 Claims-Made Policy $5,000,000Aggregate Env CPL/ProfD SIR applies per policy terms & conditions $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Projects as on file with the insured including but not limited to as Needed Construction Management and Inspection Services. City of Carlsbad/CMWD, its officials, employees and volunteers are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted in favor of City of Carlsbad/CMWD in accordance with the policy provisions of the General Liability and Workers' Compensation policies. See Attached for Complete List of Named Insureds. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWD 1635 Faraday Avenue Carlsbad CA 92008 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. NAMED INSURED SCHEDULE AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance EFFECTIVE DATE: CARRIER NAIC CODE POLICY NUMBER NAMED INSUREDAGENCY See Certificate Number: See Certificate Number: Aon Risk Insurance Services West, Inc. 570000071365 570083335273 570083335273 Page _ of _ The Kleinfelder Group, Inc Kleinfelder, Inc. The Kleinfelder Group, Inc. Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLC Kleinfelder PNG Ltd.Kleinfelder Southeast, Inc. Kleinfelder Texas 100, LLC Kleinfelder Texas 200, LLC Kleinfelder Utah 100, LLC A-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insite Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 2 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described inparagraphs A. through I. below whom a Named Insured is required to add as an additional insured on thisCoverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b.However, subject always to the terms and conditions of this policy, including the limits of insurance, theInsurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than thatdescribed by the applicable paragraph A. through I. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.such person or organization's financial control of a Named Insured; or 2.premises such person or organization owns, maintains or controls while a Named Insured leases oroccupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers, Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by the Named Insured's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: a.in connection with the Named Insured's premises; or b.in the performance of the Named Insured's ongoing operations. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 3 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. But the coverage hereby granted to such additional insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by, on behalf of, or for the Named Insured, including but not limited to: 1.the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; or 2.supervisory, inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions – Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1.the following hazards in connection with premises a Named Insured owns, rents, or controls and towhich this insurance applies: a.the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings,sidewalk vaults, street banners, or decorations and similar exposures; or CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 4 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. b.the construction, erection, or removal of elevators; or c.the ownership, maintenance or use of any elevators covered by this insurance; or 2.the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operationsperformed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. I. Trade Show Event Lessor 1.With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter ordisplayer, any person or organization whom the Named Insured is required to include as an additionalinsured, but only with respect to such person or organization's liability for bodily injury, propertydamage or personal and advertising injury caused by: a.the Named Insured's acts or omissions; or b.the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2.The coverage granted by this paragraph does not apply to bodily injury or property damage includedwithin the products-completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amendedto add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non-contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer willnot seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's owninsurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstandinganything to the contrary elsewhere in this Condition, the insurance provided to such person or organization isexcess of any other insurance available to such person or organization. 3. ADDITIONAL INSURED – EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part, WHO ISAN INSURED is amended to make the following natural persons Insureds. If the additional insured is: a.An individual, then his or her spouse is an Insured; b.A partnership or joint venture, then its partners, members and their spouses are Insureds; c.A limited liability company, then its members and managers are Insureds; or CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1.the written contract requires you to provide the additional insured such coverage; and 2.this coverage part provides such coverage. II.But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the10-01 edition of CG2037; or B. additional insured coverage with “arising out of” language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III.Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will notprovide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV.The insurance granted by this endorsement to the additional insured does not apply to bodily injury, propertydamage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 1 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 IInsured Name: THE KLEINFELDER GROUP, INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1.primary and non-contributing with other insurance available to the additional insured; or 2.primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI.Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERALLIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the additionof the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in theinvestigation, defense, or settlement of the claim; and 3.make available any other insurance, and tender the defense and indemnity of any claim to any other insureror self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part.However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3.does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII.Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amendedto add the following definition: Written contract means a written contract or written agreement that requires you to make a person ororganization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1.the bodily injury or property damage; or 2.the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Policy No: 6057515853 Endorsement No: 3 Page 2 of 2 National Fire Insurance of Hartford Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement CNA74858XX (1-15) Policy No: 6057515853 Page 17 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 26. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amendedto add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because ofpayments the Insurer makes for injury or damage arising out of: 1.the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury, property damage or personal and advertising injury giving riseto the claim. 27. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor toany construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION – CONSTRUCTION WRAP-UP is attached to this policy, or anotherexclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or ContractorControlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the NamedInsured's ongoing operations at the project, or during such operations of anyone acting on the NamedInsured's behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard thatarises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). CNA71527XX (Ed. 10/12) CNA71527XX (10/12) Policy No: 6057515836 Page 1 of 1 Endorsement No: 1 Effective Date: 04/01/2020Insured Name: THE KLEINFELDER GROUP Copyright CNA All Rights Reserved. ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. Workers Compensation And Employers Liability Insurance Policy Endorsement BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Endorsement No: 4; Page: 1 of 1 Policy No: WC 6 57169108 Policy Effective Date: 04/01/2020 Policy Page: 37 of 56Underwriting Company: American Casualty Company of Reading, Pennsylvania, 333 S Wabash Ave, Chicago, IL 60604 Form No: G-19160-B (11-1997) Endorsement Effective Date: Endorsement Expiration Date: © Copyright CNA All Rights Reserved. DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI MASTER AGREEMENT FOR AS-NEEDED HORIZONTAL CONSTRUCTION MANAGEMENT AND INSPECTION KLEINFELDER CONSTRUCTION SERVICES, INC. THIS AGREEMENT is made and entered into as of the 18th day of August , 2020, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as "City", and KLEINFELDER CONSTRUCTION SERVICES, INC., a California corporation, hereinafter referred to as "Contractor." RECITALS A. City requires the professional services of a firm that is experienced in construction management and inspection for horizontal projects. 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 horizontal construction management & inspection. D. Contractor has submitted a proposal to City under Request for Qualifications (RFQ) 20-1030CM1 and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. 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 City 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, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS 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 City and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the City Manager or the Division Director as authorized by the City Manager ("Director"). The City Manager or Director will give allowance for documented and substantiated unforeseeable and 1 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by City 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 Eight Hundred Thousand Dollars ($800,000) per Agreement year. If the City 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, City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City Manager or Director, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 2 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any 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 City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-: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 Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this 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 City). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 3 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 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 City 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. 10.3 Providing Certificates of Insurance, Endorsements and Waiver of Subrogation. Prior to City'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 City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City 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 City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. 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 City and Contractor relinquishes all claims to the copyrights in favor of City. 4 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement are: For City: Jennifer Chapman For Contractor: Name Title Dept Address Phone Name Mark Plotnikiewicz Contract Administrator Title Project Manager Public Works/CM&I Address 5761 Copley Drive, Suite 100 CITY OF CARLSBAD 1635 Faraday Avenue Phone San Diego, CA 92111 858-223-8480 Carlsbad, CA 92008 Email mplotnikiewicz@kleinfelder.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 four categories. Yes E No 111 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 City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 5 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City at the address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for 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 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 City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 6 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 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. III /II III III //I III /II III III III III 7 City Attorney Approved Version 6/12/18 CONTRACTOR KLEINFELDER CONSTRUCTION SERVICES, INC., a California corporation By: Patrol, bull" (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall, Mayor DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 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 17 day of August , 2020. Deborah Butera, Secretary By: (print name/title) (Avis avvvisfrotAl (sign here) for Barbara Engleson, City Clerk Louis Armstrong, President (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 Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. CITY OF CARLSBAD, a municipal corporation of the State of California APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: Assistant City Attorney 8 City Attorney Approved Version 6/12/18 DocuSign Envelope 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI EXHIBIT "A" SCOPE OF SERVICES Contractor shall perform as-needed horizontal construction management and inspection 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. If the use of subcontractors is approved by the city, they shall be billed at cost plus no more than 10%. 9 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI Exhibit "A" (continued) KLIENFELDER CONSTRUCTION SERVICES 2020 BILLING RATES CITY OF CARLSBAD AS-NEEDED HORIZONTAL CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES (NON-PREVAILING WAGE) Field Staffing Position Straight Time ($/Hr Range) Overtime Rate ($/HR Range) Double Time Rate ($/HR Range) Project Manager $195 $195 $195 Safety Inspector $145 $165 $145 $165 $145 $165 Construction Manager $180 $195 $180 $195 $180 $195 Schedule Engineer $130 $195 $130 $195 $130 $195 Resident Engineer $170 $195 $170 $195 $170 $195 Senior Inspector - Non PW $157 $167 $236 $251 $314 $334 Office Engineer $95 $125 $95 $125 $95 $125 Structures Representative $157 $167 $157 $167 $157 $167 Special Inspector $150 $160 $225 $240 $300 $320 (PREVAILING WAGE) Field Staffing Position I Straight Time I Overtime Rate (WHR I Double Time Rate Safety Inspector-PW $165 $170 $248 $330 Senior Inspector - PW $165 $170 $248 $330 Structures Inspector- PW $165 $170 $248 $330 Special Inspector - PW $165 $170 $248 $330 Hourly charges include provisions for normal overhead costs such as fringe benefits, insurance, clerical services, equipment, normal supplies and materials. Field personnel are equiped with work trucks, cell phone/radios, laptop computers and basic tools. All other direct costs shall be reimbursed at a rate of costs plus 10%. Prevailing Wage rates based on California DIR SD County Determination No. SD-23-63-3-2020-1D including the two predetermined rate increases scheduled for July 1 of both 2020 and 2021. Mileage costs for construction managers and inspectors are included in our hourly rate, and we will not be billing separately for mileage expenses for work performed in those classifications. Also, all equipment, cell phones, laptops, insurance, and vehicle charges are included in the hourly rates as well, for all classifications. DocuSign Envelope ID: 20C5C127-945A-476E-87BF-9609EA7EA829 PSA21-1201CMI 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. City Attorney Approved Version 6/12/18 Holder Identifier :ABCDF 570083335273 Certificate No ,ACC).12.170- CERTIFICATE OF LIABILITY INSURANCE 4,,....------- DATE(MWDD/YYYY) 07/28/2020 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 rights to the certificate holder in lieu of such endorsement(s). PRODUCER Aon Risk Insurance Services West, Inc. Los Angeles CA Office 707 Wilshire Boulevard Suite 2600 Los Angeles CA 90017-0460 USA CONTACT NAME: PHONE (A/C. No. Ext): (866) 283-7-122 FAX (800 ) 363-0105 (A/C. No.): E-MAIL ADDRESS: - INSURER(S) AFFORDING COVERAGE NAIC # INSURED The Kleinfelder Group, Inc 550 west C Street Suite 1200 San Diego CA 92101 USA INSURER A: The Continental Insurance Company 35289 INSURER B: National Fire Ins. Co. of Hartford 20478 INSURER C: American Casualty co. of Reading PA 20427 INSURER D: Allied world surplus Lines Insurance Co 24319 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570083335273 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. Limits shown are as requested INSR LTR TYPE OF INSURANCE INSD ADDL-SUBR WVD POLICY NUMBER POLICY EFF (MM/DDNYYY) POLICY EXP (MM/DDNYYY) LIMITS B X COMMERCIAL GENERAL LIABILITY Y Y 6057515853 04/01/2020 04/01/2021 EACH OCCURRENCE $1,000,000 CLAIMS-MADE I X I OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $1,000,000 MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY I X ( PRO- JECT I X I LOC ( 1 PRODUCTS - COMP/OP AGG $2,000,000 OTHER: A AUTOMOBILE LIABILITY Y 6057515836 04/01/2020 04/01/2021 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY) Per person) OWNED SCHEDULED AUTOS BODILY INJURY (Per accident) AUTOS ONLY HIRED AUTOS ONLY NON-OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) A X UMBRELLA LIAB X OCCUR 6057123519 04/01/2020 04/01/2021 EACH OCCURRENCE $4,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000 DED X RETENTION $10 000 C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y wC657169108 (CA) 04/01/2020 04/01/2021 x PER STATUTE OTH-ER C ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED? Y / N ,, '" N / A WC657169111 04/01/2020 04/01/2021 EL. EACH ACCIDENT $1,000,000 (Mandatory in NH) If describe (A05) EL, DISEASE-EA EMPLOYEE $1,000,000 yes, under DESCRIPTION OF OPERATIONS below EL. DISEASE-POLICY LIMIT $1,000,,000 D Env CPL/Prof PsDEF2000647 Claims-Made Policy SIR applies per policy terns 04/01/2020 & conditions 04/01/2021 Each Claim Aggregate $5,000,000 $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Projects as on file with the insured including but not limited to as Needed Construction Management and Inspection Services. City of Carlsbad/CMWD, its officials, employees and volunteers are included as Additional Insured in accordance with the policy provisions of the General Liability and Automobile Liability policies. A Waiver of Subrogation is granted in favor of City of Carlsbad/CmwD in accordance with the policy provisions of the General Liability and Workers' Compensation policies. See Attached for Complete List of Named Insureds. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF NOTICE WILL BE DELIVERED M ACCORDANCE WITH THE POLICY PROVISIONS. City of Carlsbad/CmwD AUTHORIZED REPRESENTATIVE 1635 Faraday Avenue Carlsbad CA 92008 USA tsze. ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 570000071365 LOC #: AMMO ADDITIONAL REMARKS SCHEDULE Page _ of _ AGENCY Aon Risk Insurance Services West, Inc. NAMED INSURED The Kleinfelder Group, Inc POLICY NUMBER See Certificate Number: 570083335273 CARRIER See Certificate Number: 570083335273 NAIC CODE EFFECTIVE DATE ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance NAMED INSURED SCHEDULE Kleinfelder, Inc. The Kleinfelder Group, Inc. Kleinfelder Holdings, LLC Kleinfelder Parent, Inc Kleinfelder Architecture Northeast, Inc. Kleinfelder Australia Pty Ltd Kleinfelder Canada, Inc. Kleinfelder Colorado 100, LLC Kleinfelder Construction Services, Inc Kleinfelder Engineering and Geology, P.C. Kleinfelder Guam 101, LLC Kleinfelder International, Inc Kleinfelder Kansas 100, LLC Kleinfelder New Mexico 100, LLC Kleinfelder Northeast, Inc. Kleinfelder Oklahoma 100, LLC Kleinfelder PNG Ltd. Kleinfelder Southeast, Inc. Kleinfelder Texas 100, LLC Kleinfelder Texas 200, LLC Kleinfelder Utah 100, LLC A-1, Inc.- Kleinfelder East, Inc. Buys & Associates, Inc. - TKG Corrigan Consulting, Inc.- TKG Insi te Environmental, Inc.- Kleinfelder West, Inc. Kowalski Engineering, Inc.- Kleinfelder Central, Inc. MCE Group, Inc.- Kleinfelder, Inc. Omni Environmental, LLC- Kleinfelder East, Inc. Spectrum Exploration, Inc.-TKG The Wallace Group, Inc. - Kleinfelder West, Inc. TKG Acquisition Corp. Trigon Environmental Services, Inc. Simon Wong Engineering, Inc. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through I. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through I. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Engineers, Architects or Surveyors Engaged By You An architect, engineer or surveyor engaged by the Named Insured, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by the Named Insured's acts or omissions, or the acts or omissions of those acting on the Named Insured's behalf: a. in connection with the Named Insured's premises; or b. in the performance of the Named Insured's ongoing operations. CNA74858XX (1-15) Policy No: 6057515853 Page 2 of 18 Endorsement No: I NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement But the coverage hereby granted to such additional insureds does not apply to bodily injury, property damage or personal and advertising injury arising out of the rendering of or failure to render any professional services by, on behalf of, or for the Named Insured, including but not limited to: 1. the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. supervisory, inspection, architectural or engineering activities. D. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. E. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insureds ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. H. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or CNA74858XX (1-15) Policy No: 6057515853 Page 3 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. I. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. ADDITIONAL INSURED — EXTENDED COVERAGE When an additional insured is added by this or any other endorsement attached to this Coverage Part, WHO IS AN INSURED is amended to make the following natural persons Insureds. If the additional insured is: a. An individual, then his or her spouse is an Insured; b. A partnership or joint venture, then its partners, members and their spouses are Insureds; c. A limited liability company, then its members and managers are Insureds; or CNA74858XX (1-15) Policy No: 6057515853 Page 4 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of" language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: Primary and Noncontributory Insurance CNA75079XX (10-16) Policy No: 6057515853 Page 1 of 2 Endorsement No: 3 National Fire Insurance of Hartford Effective Date: 04/01/2020 lInsured Name: THE KLEINFELDER GROUP, INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079)0( (10-16) Page 2 of 2 National Fire Insurance of Hartford Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No: 6057515853 Endorsement No: 3 Effective Date: 04/01/2020 CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 26. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 27. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap- up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (0.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (0.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). CNA74858)0( (1-15) Policy No: 6057515853 Page 17 of 18 Endorsement No: 1 NATIONAL FIRE INSURANCE OF HARTFORD Effective Date: 04/01/2020 Insured Name: THE KLEINFELDER GROUP, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA71527)0( (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION ON WHOSE BEHALF YOU ARE REQUIRED UNDER A WRITTEN CONTRACT OR AGREEMENT. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527)0( (10/12) Page 1 of 1 Insured Name: THE KLE INFELDER GROUP Copyright CNA All Rights Reserved. Policy No: 6057515836 Endorsement No: 1 Effective Date: 04/01/2020 CNA Workers Compensation And Employers Liability Insurance PoHoy Endorsement This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers' Compensation Insurance G. Recovery From Others and Part Two - Employers' Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. Form No: G-19160-B (11-1997) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 4; Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, Pennsylvania, 333 S Wabash Ave, Chicago, IL 60604 © Copyright CNA All Rights Reserved. Policy No: WC 6 57169108 Policy Effective Date: 04/01/2020 Policy Page: 37 of 56