Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
NV5 Inc; 2023-12-27; PSA24-2343FAC
PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 1 AGREEMENT FOR TECHNICAL SUPPORT SERVICES FOR UST REMOVAL AND REPLACEMENT SERVICES NV5, INC. THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 20______, by and between the City of Carlsbad, California, a municipal corporation ("City") and NV5, Inc., a California corporation ("Contractor"). RECITALS A. City requires the professional services of a consultant that is experienced in underground storage tank (UST) removals and installations. B. Contractor has the necessary experience to providing professional services and advice related to permitting and writing technical specifications for UST projects. C. Contractor has submitted a proposal to City 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. 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 two (2) years from the date first above written. The City Manager may amend the Agreement to extend it for one (1) additional one (1) year period or part 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. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed forty-four thousand two hundred ninety-nine dollars ($44,299). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 December 23 27th PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 2 reserves the right to withhold a ten percent (10%) retention payment until City has accepted the work and/or Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 6. CONSTRUCTION MANAGEMENT SOFTWARE Procore Project Management and Collaboration System. This project may utilize the Owner’s Procore (www.procore.com) online project management and document control platform. The intent of utilizing Procore is to reduce cost and schedule risk, improve quality and safety, and maintain a healthy team dynamic by improving information flow, reducing non-productive activities, reducing rework and decreasing turnaround times. The Contractor is required to create a free web-based Procore user account(s) and utilize web-based training / tutorials (as needed) to become familiar with the system. Unless the Engineer approves otherwise, the Contractor shall process all project documents through Procore because this platform will be used to submit, track, distribute and collaborate on project. If unfamiliar or not otherwise trained with Procore, Contractor and applicable team members shall complete a free training certification course located at http://learn.procore.com/procore-certification- subcontractor. The Contractor is responsible for attaining their own Procore support, as needed, either through the online training or reaching out to the Procore support team. It will be the responsibility of the Contractor to regularly check Procore and review updated documents as they are added. There will be no cost to the Contractor for use of Procore. It is recommended that the Contractor provide mobile access for Windows, iOS located at https://apps.apple.com/us/app/procore-construction-management/id374930542 or Android devices located at https://play.google.com/store/apps/details?id=com.procore.activities with the Procore App installed to at least one on-site individual to provide real-time access to current posted drawings, specifications, RFIs, submittals, schedules, change orders, project documents, as well as any deficient observations or punch list items. Providing mobile access will improve communication, efficiency, and productivity for all parties. The use of Procore for project management does not relieve the contractor of any other requirements as may be specified in the contract documents. 7. 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. DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 3 8. 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. 9. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to defend (with counsel approved by the City), indemnify, and hold harmless the City and its officers, elected and appointed officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney’s fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 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. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the 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. DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 4 11.1.1 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. 11.1.2 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. 11.1.3 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. 11.1.4 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. 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 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. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 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. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. 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. 13. 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 DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 5 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. 14. 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. 15. 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. 16. 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. For City For Contractor Name Molly Amendt Name Jeffrey Cooper Title Senior Engineer Title Project Manager Department Public Works Address 15092 Avenue of Science, Suite 200 City of Carlsbad San Diego, CA 92128 Address 1635 Faraday Ave. Phone No. 858-385-0500 Carlsbad, CA 92008 Email jeff.cooper@nv5.com Phone No. 760-573-3368 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. /// /// /// /// /// /// /// DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 6 17. 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 as required in the City of Carlsbad Conflict of Interest Code. Yes ☐ No ☒ If yes, list the contact information below for all individuals required to file: Name Email Phone Number 18. 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. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. 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. 21. 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 DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 7 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 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. City may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering thirty (30) days written notice to City. In the event of termination of this Agreement by either party 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. 22. 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. 23. 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. 24. JURISDICTION 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. 25. 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 DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 8 due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. 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. [signatures on following page] DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PSA24-2343FAC City Attorney Approved Version 10/20/2023 Page 9 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California NV5, INC., a California corporation By: By: (sign here) Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager MaryJo O’Brien, Secretary (print name/title) By: (sign here) Jeffrey M. Cooper, Senior Vice President (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CINDIE K. McMAHON, City Attorney BY: _____________________________ Deputy City Attorney DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 PROPOSAL Submitted by NV5, Inc. 15092 Avenue of Science, Suite 200, San Diego, CA 92128 City of Carlsbad Technical Support Services for UST Removal and Replacement November 6, 2023 PSA24-2343FAC Exhibit "A" PSA24-2343FAC "A" DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 15092 Avenue of Science, Suite 200 | San Diego, CA 92128 | www.nv5.com | Office: 858.385.0500 | Fax: 858.385.0400 Jeffrey M. Cooper, PE Senior Vice President COMPANY INFORMATION/CONTACT Name: NV5, Inc. Address: 15092 Avenue of Science, Suite 200 San Diego, CA 92128 Telephone Number: (858) 385-0500 Email of Contact: luanne.bean@nv5.com PN: P27023-0006047.00 Luanne Bean, PE Senior Project Manager November 6, 2023 City of Carlsbad Attn: Molly Amendt, PE, Senior Engineer 1635 Faraday Ave Carlsbad, CA 92008 SUBJECT: Proposal for Technical Support Services for UST Removal & Replacement, 2480 Impala Drive Carlsbad, CA Dear Molly, NV5, Inc. is pleased to submit this proposal, as discussed, to provide document review and UST specification preparation services for the Underground Storage Tank (UST) Removal and Replacement project (project). NV5 is proposing an excellent team with experienced individuals for this UST project. Principal-in-Charge, Jeffrey M. Cooper, PE, a company officer authorized to bind the firm, will be responsible for contracting with the City. Project/ Construction Manager, Luanne Bean, PE will be the City’s primary point-of-contact, bringing over 30 years of experience in environmental compliance engineering and construction management. Ms. Bean brings expertise in UST contamination and site clean-up from her robust experience, including the VVWRA Upper Narrows Sewer Main Replacement Project, traversing the LUST Beck Oil Bulk Plant (T607100779) along with the PCE contaminated NuWay Dry Cleaner’s site (T10000001951), which heavily impacted this $48M project. Additionally, Ms. Bean served as the Project Manager and Installation Manager for the Design-Build Castle Air Force Base Jet Fuel Contamination Removal project. Assisting Ms. Bean is Senior Project Engineer, Trevor L. Atkinson, PE, who is a California Registered Civil Engineer with more than 25 years of experience in the Remediation Industry as a technical expert. Mr. Atkinson has served as the primary point-of-contact and technical subject matter expert in charge of alternative selection, design, and operation optimization for all Leidos remediation systems (MPE/SVE/GWET/AS/Product Recovery) in the nationwide Chevron program, which included technical oversight/direction of more than 60 remediation systems. Assisting Mr. Atkinson is Senior Project Engineer, Eric Fraske, PE, who brings over 19 years of experience in environmental compliance engineering and inspection. Mr. Fraske has a wealth of UST experience, including Phase 1 ESA preparation for the City of Los Angeles Housing Authority and final environmental investigations to clear USTs and define petroleum impacted soils. NV5 also proposes subconsultant CGRS Corporation (CGRS). Founded in 1987 as an environmental consulting company, CGRS provides industry- and regulatory-compliance expertise and services to owners and operators in the upstream and downstream petroleum industry. CGRS specializes in providing the proper documentation to meet the State of California’s regulations regarding tank removals and installations. Leading the efforts for CGRS will be Matt Thomas, CA Compliance Services Manager, who is based in Carlsbad and brings over 40 years of relevant experience. We have prepared this proposal to demonstrate how our team is best suited to deliver the requested services and offer our proposed scope of services, project schedule, key staff resumes, relevant firm experience, and cost proposal on the following pages for your consideration. NV5 looks forward to the opportunity to work with the City and help you achieve your goals and objectives. If you need further information, we may be reached by phone at (858) 385-0500, or electronically at luanne.bean@nv5.com and jeff.cooper@nv5.com. Thank you for your time and consideration. Sincerely, NV5 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 ~ f 4r--[...________________, SCOPE OF SERVICES Project Understanding This project consists of an existing UST storage and distribution facility with engineering drawings dating back to 1985 for two 26,000 gallons fiberglass unleaded USTs and a third 12,000 gallons fiberglass diesel fiberglass singled walled tank. Current drawings from Kimley-Horn state the two existing unleaded tanks are only 20,000 gallons. However, there is a 2” PVC tank leak detection pipe to the manifold, as well as electronic control panels complete with filling and dispensing operations. It appears that these USTs operated successfully without incidence until April 3, 2012, when an accidental release of hydraulic oil (20-30 gallons) to the soil was discovered, originating from a pinhole leak in the hydraulic oil feed line. The spill was contained on-site. Samples were collected for lab analysis and showed concentrations of up to 22,000 mg/kg total petroleum hydrocarbons (TPH) of diesel and 21,000 mg/kg TPH of motor oil in the soil. The County of San Diego, Department of Environmental Health (DEH) was notified of the release and performed an inspection of the site. The excavated soil was placed into 55-gallon drums. Then, again, on February 9, 2018, disposal documentation associated with the release was submitted to DEH by the City. According to the documentation, approximately 1,200 pounds of non-RCRA hazardous waste solid (soil contaminated with turbine oil) was disposed by Veolia ES Technical Solutions, L.L.C. Based on the disposal documentation, DEH is closing VAP Case H39788-001. It is not known if residual soil contamination still exists at the site. Therefore, in the future, if there is a change in land use or a proposal to disturb impacted soil associated with this release, regulatory oversight through the VAP may be warranted according to the February 9, 2018 letter from the DEH. Subsequently, a Notice to Submit Closure from the State Water Resources Control Board (State Water Board) was issued on April 12, 2022. This notice requires that the City, as the Operator of a UST system with single-walled tanks and/or single-walled piping, permanently close this system in accordance with Health and Safety Code (H&SC), chapter 6.7, section 25292.05 by December 31, 2025. Presumably, the City then submitted the required UST Closure Commitment Plan to the State Water Board that outlines the Owners’/Operators’ plan to permanently close their single-walled UST systems with the removal and replacement of these tanks, leading to this project. Furthermore, according to this notice, UST systems that have not been permanently closed by December 31, 2025 will be subject to an out-of-compliance penalty ranging from $500 to $5,000 per tank per day. The following scope of services is proposed to support pre-construction and construction management activities throughout the project. The City has contracted with Kimley-Horn to produce the plans and specifications for the removal and replacement of this fuel dispensing system. The City has received a letter from the State Water Board with a deadline to remove or abandon the existing USTs by December 31, 2025, per H&SC, chapter 6.7, section 25292.05 UST Removal & Hazardous Waste Cleanup. NV5 has prepared a preliminary project schedule detailing the requirements to get there, which is included on page 5 of this proposal. It should be noted that two elements need addressing within our document review, notably AQMD and UST Permits, including the County of San Diego Department of Environmental Health & Quality Hazardous Materials Division, where detail of these permits and documents as of this writing seem to be lacking within the documentation sent to NV5 by the City. These permits can take up to 6 months to acquire, and the permit process should be started well in advance of the Contractor’s work. Additionally, detailing out any long lead items since Covid economics has greatly slowed the supply chain. NV5 wishes to commend the City, as it appears at the present time that the 12/31/2025 abandonment and removal of the single walled USTs is doable, along with the required yet unknown hazardous soils site clean-up which may also be needed per the DEH closed VAP Case H39788-001 noted in the February 9, 2018 letter from the DEH. NV5 assumed receiving an NTP from the City on November 1, 2023 to commence our work, and NV5 is flexible to float the schedule up or down to meet the City’s actual NTP date. NV5 has received a plan set dated 8/11/2023 and has utilized this and other documents to formulate this proposal to the City. NV5 understands that the City is in need of assistance with document review and UST technical specifications services for this project. Our proposed scope of services is as follows: Scope of Work TASK 1 – DOCUMENT REVIEW NV5, along with subconsultant CGRS, will conduct a document review of the existing project bid documents. These documents include: • Construction Plan for Underground Storage Tank Removal and Replacement, Project No. PSA21- 1341FAC, dated 08/11/2023 City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 2 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 SCOPE OF SERVICES • City of Carlsbad Contract Documents for Carlsbad Fleet Fuel Island Upgrade, printed October 4, 2023 NV5 will review the above-mentioned documents and provide technical and design “red-line” comments. NV5’s review will be limited to fuel system design technical and code compliance requirements and environmental regulatory requirements only as follows. 1.1. Fuel Systems Review Storage Tank Design and Configuration: CGRS will review the plans and specifications for the storage tank design and configuration, fueling system civil design, fuel piping/ valve routing & configuration, fuel system monitoring, fuel system electrical power, and fuel system fire protection. 1.2. UST Permitting, Hazardous Waste, Tank Testing Requirements: NV5 will evaluate the environmental requirements relative to the required UST permit requirements to be passed down to the Contractor, the AQMD for vapor as well as the DEH Hazardous Materials Division and Quality Permit to Operate, notice of intent to remove and dispose of tanks to applicable regulatory agencies, and the local fire authority and County of San Diego Department of Environmental Health & Quality Hazardous Materials Division waste disposal related to unknown potential hydrocarbon contaminated soils CCR, Title 23, Division 3, Chapter 18, tank testing and licensing for removal and replacement of USTs as defined in section 2611 of Article 1 of Chapter 16 and conducted within California. It should be noted that if the 12/31/2025 deadline approaches and the UST removal and hazardous waste clean-up has yet to be completed, the NV5 team can assist the City with a Temporary UST Closure with the required procedures for a temporary closure assessment and extension to avoid the penalties noted earlier. TASK 2 – UST SPECIFICATIONS PREPERATION Upon review of UST related drawings, the NV5 and CGRS team will prepare a detailed engineering UST specification package to complement the City’s existing engineering documents as a comprehensive guide for the successful implementation of the new fueling system.This will involve the production of the following technical specifications: 2.1. Underground Storage Tank (UST) Removal Specification: • Detailed specifications for the removal process, including methodologies, equipment, and safety protocols. CGRS will reference CUPA and State requirements, as well as industry standards from International Code Council (ICC) U2 UST Decommissioning. • Environmental compliance requirements, including soil and groundwater testing procedures. • Waste disposal guidelines and regulatory considerations. • Any necessary documentation for permits and approvals. 2.2. Underground Storage Tank Installation Specification: • Detailed specifications for the installation process, including methodologies, equipment, and safety protocols. CGRS will reference CUPA and State requirements, as well as industry standards from (ICC) U1 - UST Installation/Retrofitting, Petroleum Equipment Institute (PEI) Recommended Practices for Installation of Underground Liquid Storage Systems. • Comprehensive specifications for the new UST system, covering tank type, size, materials, and features • Design criteria for venting, overfill protection, leak detection, and corrosion prevention. • Requirements for pressure testing and certification. • Review of Permitting requirements. 2.3. Buried Fiberglass Double-Wall Piping Specification: • Specifications for the type/size of fiberglass double- wall piping. • ICC and PEI specifications for installation and testing. • Installation specifications, including trenching, backfill procedures, and safety measures. • Guidelines for pressure tests and leak detection to assure the piping system’s integrity. 2.4. Above-Grade Dispensers, Fuel Island, and Card Locks: • Detailed specifications for dispenser type, features, and compatibility with various fuel types. • Compliance with ADA requirements, safety features, and security measures for the fueling area. • In addition to ICC and PEI specifications, CGRS will review National Fire Protection Association (NFPA) 30 and 30A. • Final testing procedures and witnessing by CUPA. • Permit closure requirements. 2.5. Permit Requirements: NV5 will look at the fuel- specific permits that are required for a fully functional fuel dispensing system. This includes a review of the required City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 3 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 SCOPE OF SERVICES permits, including the AQMD for vapor as well as the DEH Hazardous Materials Division and Quality Permit to Operate, notice of intent to remove and dispose of tanks to applicable regulatory agencies, and the local fire authority amongst others. 2.6. Hazardous Materials Disposal: NV5 understands that the City is not aware of any leaks; however, from the DEH letter dated February 9, 2018 and the statistical element that an estimated 60% of all USTs have unknown leaks, NV5 will provide the specifications for the Hazardous Materials Disposal section with a bid item to assist the City in mitigating this risk in change orders to comply with CCR, Title 23, Division 3, Chapter 18. 2.7. Tank Testing Licensing and Responsibility for Removal and Replacement: NV5 will provide tank testing licensing in accordance with CCR, Title 23, Division 3, Chapter 17 and the specifications to assure a cost- effective manner to verify that all tank integrity tests, as defined in section 2611 of Article 1 of Chapter 16 and conducted within California, are performed by, or under the direct and personal supervision of, a tank tester with a current and valid tank tester license issued, pursuant to these regulations relative to this key effort of tank removal and replacement during construction. ASSUMPTIONS AND LIMITATIONS 1.Quantities of hours listed on the attached Cost Estimate are for budgetary purposes only. The actual quantity of hours expended during the project will be determined based on the quantity and duration of technical review and field oversight requests by the City. 2.Travel time and mileage is included on the attached estimate and will be invoiced on a portal-to-portal basis. 3.NV5 assumes that field work will be completed during normal business hours (7AM to 5PM) and normal working days (Monday through Friday). Work conducted outside of these hours may be subject to additional charges. 4.NV5 is only providing document review of the City’s Engineer of Record and is not certifying the Engineer of Records work product. City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 4 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 City of Carlsbad |Technical Support Services for UST Removal and Replacement NV5 | 5 PROJECT SCHEDULE ID Task Mode Task Name DurationStart Finish PredecessorsConstraint Date 1 Technical and Field Monitoring Support Services UST Removal and Replacement 2480 Impala Drive Carlsbad, California Project Number: PSA21-1341FAC 562 days Wed 11/1/23 Wed 12/31/25 NA 2 Pre‐Construction 154 dayWed 11/1/23Fri 6/7/24 NA 3 NTP Received from City 1 day Wed 11/1/23Wed 11/1/23 Wed 11/1/23 4 Kick Off Meeting 1 day Thu 11/9/23 Thu 11/9/23 3FS+5 days NA 5 Document Review 21 daysFri 11/10/23 Tue 12/12/23 4 NA 6 Document Review Meeting 1 day Wed 12/13/2Wed 12/13/235 NA 7 UST Technical Specification Preparation 8 wks Thu 12/14/23Fri 2/9/24 6 NA 8 City's UST & AQMD Permits 126 dayWed 12/13/2Fri 6/7/24 6SS NA 9 City Bid and Award Project 63 daysMon 6/10/24Wed 9/4/24 8 NA 10 Construction 345 dayThu 9/5/24 Wed 12/31/259 NA 11 Pre‐Construction Activities 168 dayThu 9/5/24 Mon 4/28/25 9 NA 12 Submittal Review 42 daysThu 9/5/24 Fri 11/1/24 9 NA 13 Material Procurement Long Lead 126 dayMon 11/4/24Mon 4/28/25 9,12 NA 14 Construction Activities 177 dayTue 4/29/25 Wed 12/31/2513 NA 15 UST Removal 21 daysTue 4/29/25 Tue 5/27/25 13 NA 16 Hazardous Waste Cleanup (Planned)21 daysWed 5/28/25Wed 6/25/25 15 NA 17 Meet State Water Resources Control Board Deadline 12/31/2025 H&SC), chapter 6.7, section 25292.05 UST Removal & Haz Waste Cleanup 1 day Wed 12/31/25 Wed 12/31/25 16,15 Wed 12/31/25 18 UST Replacement 42 daysThu 6/26/25 Fri 8/22/25 16 NA 19 Super Structure 62 daysMon 8/25/25Tue 11/18/25 18 NA 20 Electrical, I&C, Distribution, Vapor 30 daysWed 11/19/2Tue 12/30/25 19 NA 21 Punch List & Final Walkthrough 1 day Wed 12/31/2Wed 12/31/2520 NA 12/31 6/7 11/1 11/1 11/9 11/9 11/10 12/12 12/13 12/14 2/9 12/13 6/7 6/10 9/4 12/31 4/28 9/5 11/1 11/4 4/28 12/31 4/29 5/27 5/28 6/25 12/31 6/26 8/22 8/25 11/18 11/19 12/30 12/31 Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb M23Qtr 4, 2023 Qtr 1, 2024 Qtr 2, 2024 Qtr 3, 2024 Qtr 4, 2024 Qtr 1, 2025 Qtr 2, 2025 Qtr 3, 2025 Qtr 4, 2025 Qtr 1, 2026 Critical Critical Split Critical Progress Task Split Task Progress Manual Task Start-only Finish-only Duration-only Baseline Baseline Split Baseline Milestone Milestone Summary Progress Summary Manual Summary Project Summary External Tasks External Milestone Inactive Task Inactive Milestone Inactive Summary Deadline Carlsbad UST.mpp Page 1 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 ~ .... .... 1!111 ~ 1 .... LUANNE BEAN, PE Project/Construction Manager Ms. Bean has more than 35 years of experience in the engineering, design, and construction of capital improvement projects. As a Registered Civil Engineer and a former Class A General Engineering Contractor, Ms. Bean has seen construction from both sides of the fence. Her technical skills include specialized structural analysis and design of large 600-MGD water treatment plants, pipelines up to 12 feet in diameter, mechanical analysis, SCADA & I&C oversight and coordination, diesel generator design and AQMD permitting, the preparation of engineering plans, specifications and cost estimates, HAZMAT and hazardous materials oversite, LUST and CERCLA and RCRA cleanup. as well as construction management. She has held various positions with many public agencies, including Structural Discipline Director for Southern Nevada Water Authority’s $6B CIP program, for which she specialized in structural and forensic analysis, Project Manager for the Metropolitan Water District, and Project Officer in charge of disaster funding across three states and five counties for FEMA. CONTACT INFO luanne.bean@nv5.com EXPERIENCE 35 years EDUCATION M.S. Civil Engineering B.S. Civil Engineering LICENSES/CERTIFICATES Civil Engineer (CA) No. 50129 Former Class A General Engineering Contractor REGISTRATIONS FEMA OPS - I HAZMAT First Responder/ Operations Level DOT Offers of Bulk and Non-Bulk HAZMAT Packages Nuclear Waste Safety for Workers Project Experience VVWRA Upper Narrows Sewer Line Interceptor Replacement VICTOR VALLEY WASTEWATER RECLAMATION AUTHORITY | VICTORVILLE, CA Project Manager. Ms. Bean was VVWRA’s Project Manager and design project engineer from inception to completion and was responsible for all engineering technical aspects of the project. This $49M project involved realigning a 12-mgd broken inceptor in the middle of the Mojave River at a Y inceptor connection where the bedrock climbs above the alluvium in an area known as the Mojave Narrows. Project was heavily impacted by the LUST Beck Oil Beck Oil Bulk Plant T607100779 LUST cleanup site and contaminated groundwater plume along with the PCE contaminated NuWay Dry Cleaner’s site (T10000001951) site. Final engineering and design involved traversing the BNSF railroad twice via jack and bore plus once more via microtunneling and again with horizontal directional drilling. A final hard rock tunnel through the Narrows Formation completed the project to bring this 48-inch sewer interceptor back on-line after the breach. Bankfield Sewage Pump Station CITY OF CULVER CITY | CULVER CITY, CA Project Manager/Construction Manager. Ms. Bean oversaw the construction management and inspection services for the construction of the Bankfield Sewer Pump Station, which was constructed 35-feet-deep in the groundwater adjacent to the Caltrans Right-of-Way, as well as design services for the realignment of the sewer force mains and emergency diesel generator. This project was impacted by an unknown underground storage tank (UST) formerly abandoned by the former property owners of the pump station site. Additional combined hazardous waste (Oil and sewage) posed new issues previously unknown during construction for the abatement of combined hazardous waste which Adelante would not accept. Contaminated groundwater posed additional challenges during construction as the RWQCB would not issue a permit to discharge to storm drain. With two submersible pumps, a flow meter vault, a valve vault, a bypass vault for the two force mains, an emergency diesel-fueled backup electrical generator, and complete SCADA systems, NV5 assisted with the final design and implementation of the emergency diesel generator as well as pipeline redesign for KEY STAFF RESUMES City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 6 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 KEY STAFF RESUMES the sewer force main, including the AQMD permitting, as the original plans did not accommodate a generator. The project was completed with a custom CMU building to house instrumentation and SCADA systems, a bathroom and electrical components. This project is an American Public Works Association BEST Awards winner.main, including the AQMD permitting, as the original plans did not accommodate a generator. Project was completed with a custom CMU building to house instrumentation and SCADA systems, a bathroom and electrical components. This project is an American Public Works Association BEST Awards winner. NSTEC Nevada Test Site Department of Energy DEPARTMENT OF ENERGY, NATIONAL NUCLEAR SECURITY ADMINISTRATION Engineer-of-Record. Ms. Bean was the Engineer-of-Record for the operations at the Nevada Test Site and its related facilities and laboratories for the Department of Energy, National Nuclear Security Administration. The Nevada Test Site, a 5,470-square-mile area, was established by the Atomic Energy Commission and was a remote, massive outdoor laboratory and experiment center larger than the state of Rhode Island. Ms. Bean performed peer review of all reports, water treatment effectiveness and water quality reports, engineering plans, specifications and calculations, which were sent to the State for permitting and compliance purposes. Castle Air Force Base Groundwater Remediation ATWATER, CA General Contractor. Acting as the General Contractor, Ms. Bean was the Installation Manager and Project Manager for the $1.2M Design-Build project at the Castle Air Force Base superfund site closure. One of the projects she was in charge of included the $1.2M remediation effort, which included mitigating the jet fuel contaminated soils with the installation of groundwater monitoring wells, installation and startup of biovent systems, including their associated wells, as wellas removal and disposal of heavily contaminated soils. Her work at Castle included managing underground modeling to determine the extent of the jet fuel contamination plume, and risk to groundwater at two separate sites; removal of PCB and heavy metal contaminated soils at the landfill produced from fire training activities; and evaluation and maintenance of existing landfill caps. Sharpe Army Depot Ion Exchange Design-Build FRENCH CAMP, CA General Contractor. Acting as the General Contractor, Ms. Bean was the Project Manager for this Design-Build project at the Sharpe Army Depot. This project included capital improvements of $1.3M for a new Ion Exchange system to remove arsenic for potable water from Sharpe’s existing groundwater source. This system was tied into the existing Fire Water Supply demeaning 5,000 gpm for fire suppression. She brought about ingenious solutions to ensure that the potable product water would not be contaminated should the fire system turn on, nor would the fire suppression system be bottlenecked by the limited capacity of the Ion Exchange System. She was responsible for obtaining the Firm Fixed Price bid, defining the ion exchange process, and overseeing the engineering and quality assurance as this project proceeded toward the construction phase of the contract. San Juan Creek 30-Inch Effluent Transmission Main Replacement MOULTON NIGUEL WATER DISTRICT | SAN JUAN CAPISTRANO, CA Construction Manager. Ms Bean was the Moulton Niguel Water District’s Construction Manager for this project involving MTBM underneath the environmentally sensitive San Juan Creek within the Orange County Flood Control District and Army Corp of Engineers Right of Way. Ms Bean coordinated multiple jurisdictions including the Santa Margarita Water District as well as the Moulton Niguel Water District, and this FEMA/Cal OES funded project finished ahead of schedule and budget due to the teams diligent attention to detail. Central Plant Expansion CLARK COUNTY SANITATION DISTRICT | CLARK COUNTY, NV Lead Engineer of Structural Design. Ms. Bean was responsible for all inter-discipline coordination, bringing this project along from conception through 100% design for the Clark County Sanitation District Central Plant Expansion. In addition to the structural design of the key elements of the hydraulic structures for the wastewater treatment plant and the lift station, Ms. Bean provided engineering services during construction, including structural observation in the field. City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 7 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 TREVOR L. ATKINSON, PE Senior Project Engineer Mr. Atkinson is the Vice President of the Site Assessment and Remediation (SAR) Group and a California Registered Civil Engineer with more than 25 years of experience in the Remediation Industry as a technical expert and principal in charge of environmental engineering projects. Mr. Atkinson serves as primary point of contact and the technical subject matter expert in charge of site assessment, alternative selection, remediation design, construction, and operation of all SAR projects. He has extensive experience preparing, reviewing and/or implementing the design (and installation) of hundreds of mechanical remediation systems including various forms of multi-phase extraction (MPE), soil vapor extraction (SVE), air sparging (AS), Groundwater Extraction and Treatment (GWET), and Non-Aqueous Phase Liquid (NAPL) recovery technologies. He also has extensive experience utilizing chemical oxidation, soil excavation, and augmented natural attenuation to achieve case closure. Project Experience Vapor Intrusion Mitigation Systems (VIMS) Design & Implementation BAY AREA, CA Principal Engineer and Vice President in charge of Site Assessment and Remediation. Served as the primary point of contact and technical subject matter expert for coordination, design and agency correspondence for several Vapor Intrusion Mitigation Systems (VIMS) and Vapor Intrusion Mitigation and Migration Engineering Controls (VIMMEC) systems for various private developer clients in the Bay Area (Northern California) including projects for the Department of Toxic Substances Control (DTSC) and Alameda County Department of Environmental Health (ACDEH). Designs included calculations using various attenuation factors to determine appropriate mitigation alternatives and included treatment for VOCs and Methane Mitigation. Extensive experience using Los Angeles DBS Methane mitigation requirements. Prepared VIMS design plans that included both active and passive mitigation components and collection piping, with experience using several vapor membrane barriers (such as EPRO, PrePrufe, Liquid Boot and Drago Wrap) and installation oversight, testing and verification. Also in charge of reviewing engineering staff and supervising all engineers and technical staff for VIMS and VIMMEC systems. Technical Subject Matter Expert & Engineering Lead SAN RAMON, CA Lead Engineer and Program Manager in charge of environmental engineering and remediation. Served as the primary point of contact and technical subject matter expert in charge of alternative selection, design preparation and operation optimization for all remediation systems in the nationwide program. Provided direction and guidance regarding site assessment, alternative selection, pilot testing, remediation system design and implementation of remedial actions for nearly all complex and high-profile projects (U.S. and international). He was also involved in the creation, training, testing and implementation of a system to ensure safeguards (critical safety devices) and emergency procedures were in place for operating systems as part of a corporate wide Facilities Design and Construction (FD&C) process. Created templates and co-authorized guidance and instruction manuals for the design standards, and Standard Operating Procedures (SOPs) for MPE, SVE, AS and CONTACT INFO Trevor.Atkinson@NV5.com EXPERIENCE 25+ EDUCATION B.S. Environmental Engineering LICENSES/CERTIFICATES Professional Civil Engineer (CA), No. 62026 40-Hour OSHA Hazardous Waste Operations 8-Hour OSHA Health and Safety Refresher Various Behavior Based Safety / First Aid / CPR KEY STAFF RESUMES City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 8 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 KEY STAFF RESUMES GWET systems to be followed. Additional technical and managerial responsibilities include providing regular guidance on system design, optimization, and remediation strategy, directing and supervising all engineers and technical staff for the nationwide program. Terminal Soil Vapor Extraction System MONTEBELLO, CA Lead Engineer/Program Manager. Organized, developed plans, supervised and completed oversight of pilot testing, full- scale design of soil vapor extraction system, expected to remove more than 2 million pounds of petroleum hydrocarbons from the subsurface soils located beneath the busiest acive fueling terminal in Southern California. Performed agency negotiations and construction management and implementation and installation oversight of large-scale deep and shallow well Soil Vapor Extraction remediation system with a 4,000-cfm thermal oxidizer unit to address soil and groundwater impacts beneath the entire property including tank farm and active fueling distribution terminal. Technical Expert And Engineering Lead LOS ANGELES, ORANGE AND VENTURA COUNTY, CA Lead Engineer. Technical expert and engineering lead for several impacted properties in Southern and Northern California: Los Angeles, Orange and Ventura County (2019-2021). Performed pilot testing, troubleshooting, modifications and design for several large-scale Multi-phase Extraction (SVE and Groundwater Treatment) systems on various properties (Santa Ana, Long Beach, Los Angeles, La Habra, Carson, Whittier and La Mirada) utilizing large thermal and catalytic oxidizer systems with groundwater treatment. Multi Phase Extraction & Groundwater Treatment Remediation System SANTA CRUZ, CA Senior Engineer and Senior Project Manager. Organized, developed design plans, supervised and completed oversight of million-dollar remediation system installation. Developed plans, organized contractors and supervised field crews with for a successful pilot test using Chevron Mobile Remediation Trailer to test feasibility of MPE at the coastal site. Prepared pilot test results and presented results to the Chevron RSRT. Completed system design using modular container that includes 8 extraction wells, pneumatic pumps, innovative use of dual 20-hp rotary claw blowers with vapor abatement using a 500- cfm catalytic oxidizer, and groundwater treatment using granular activated carbon Remediation System Operation & Maintenance NORTHERN CA Project Engineer. Scheduled, managed and performed monthly and quarterly operation and maintenance for more than 50 active remediation sites in Northern California which included field operations, reporting, oversight, design and calculations of Ground Water Extraction, SVE, Air Sparging & Bioventing Systems. Supervised several field technicians, kept track of permits and ordered all necessary parts and equipment required to keep systems running efficiently and maintained compliance with permitted values. Also prepared performance reports describing the ground water results and status of the remediation systems for each site. Construction Oversight & Soil Excavation SACRAMENTO, CA Staff Engineer. Supervised and monitored construction and soil excavation activities for removal of lead, arsenic, oil, and PCB contaminated soil in the former rail yard, collected soil confirmation and composite samples, conducted Air Quality monitoring activities utilizing high volume air samplers, maintained and serviced six air quality sampling stations during construction. Environmental Inspection & SPCC Plan Prep SACRAMENTO, CA Staff Engineer. Conducted facility wide inspection and building by building environmental assessment as part of preliminary base closure activities. Developed the draft copy for a multiple facility Spill Prevention Control & Countermeasures (SPCC) Plan for aboveground storage tanks (including jet fuel) and hazardous storage areas. City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 9 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 Project Experience Former Exide Battery Recycling Facility Closure VERNON, CA Since 2017 has acted as the Resident Engineer for site closure activities at the former Exide Battery recycling facility in Vernon, California. Tasks include the documentation of closure activities and assisting with regulatory agency communication, site compliance, and remediation contractor management. Terminal T1 & T2 Fuel Release Assessment LAX – LOS ANGELES, CA Has assisted with the continued assessment of the Terminal 1 Valve Vault and Terminal 2 Fuel Hydrant system release. Has conducted activities such as soil sampling, groundwater monitoring, indoor air sampling, and groundwater monitoring well installation. Hazardous Waste Tank Assessments CALIFORNIA Managed and conducted hazardous waste tank assessments in accordance with California Code of Regulations Title 22 66265.192. Personally conducted assessments at various automotive repair facilities, aerospace, and other manufacturing facilities. Phase I / Ii Environmental Site Assessments SOUTHWESTERN U.S. Personally prepared over 1,000 Phase I and Phase II ESAs throughout the Southwestern United States. Project sites have included multi-family housing, industrial facilities, commercial retail properties, hotels, and office properties. Notable project sites have included: the Kodak Theater, the Beverly Hills Hilton, Sony Picture Studios, the Los Angeles Memorial Coliseum, West Coast Customs Corona facility, the Hotel Del Coronado, GoPro Headquarters, Marine Corps Air Station Miramar, former Nike Missile Base Pointe Vicente, and the Google Venice Campus. Lausd Preliminary Endangerment Assessments (PEA) LOS ANGELES, CA Managed and conducted PEA assessments on three school campuses for the Los Angeles Unified School District (LAUSD). Sampling activities included public participation and notification, geophysical surveys, and the collection of soil and soil vapor samples throughout each campus. The PEA’s identified areas of lead, arsenic, and pesticide impacted soils at each campus. CONTACT INFO Eric.Fraske@NV5.com EXPERIENCE 19 years EDUCATION M.S. 00 (Don’t List University) B.S. 00 (Don’t List University) LICENSES/CERTIFICATES Professional Civil Engineer(CA), No. C76976 Certified Environmental Manager (NV), No. EM2244 US Occupational Safety & Health Administration (OSHA) 40-hour Hazardous Waste Operations and Emergency Response (HAZWOPER) Certification ERIC FRASKE, PE Senior Project Engineer Mr. Fraske is a California Professional Engineer and a Senior Project Manager at NV5. He began working in the environmental industry 19 years ago and has since expanded his skill set to include project management, environmental site assessment, characterization, remediation, and property condition assessment. KEY STAFF RESUMES City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 10 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 KEY STAFF RESUMES Housing Authority City of Los Angeles – Site Assessment LOS ANGELES, CA Prepared a Phase I ESA for a proposed development in the City of Los Angeles. The Phase I identified the presence of a former gasoline station with no closure information. Subsequent environmental investigations were conducted to verify that no fugitive USTs remained at the Site and to locate and define the extent of petroleum impacted soils so that they could be mitigated during construction. Former Plating Facility Closure Services SAN JOSE, CA Managed the closure of a former plating operation in San Jose, California. Developed and implemented the site-specific closure plan for the removal of all hazardous materials and wastewater treatment system. Closure sampling was completed under the supervision of the local Fire Department and County Health Department in Summer 2017. Mckinley Elementary School Assessment SANTA MONICA, CA Managed and conducted environmental assessment activities at the McKinley Elementary School campus in Santa Monica, California. Investigations have identified elevated concentrations of naturally occurring arsenic in shallow soils as well as VOC impacted soil vapor from an off-site unknown release. Mr. Fraske is currently working with the DTSC to prepare mitigation plans to protect the health of students and faculty at the School and future environmental assessments to define the extent of impact at the campus. Former Gasoline Station Release Sites SOUTHERN CALIFORNIA Performed site assessment, remedial design and oversite, and monitoring activities for multiple underground storage tank release sites located throughout Southern California. Remedial methods employed have included soil-vapor extraction, source removal, and monitored natural attenuation. Worked with multiple regulatory agencies to achieve site closure through cost effective remedial solutions including low-threat closure assessment. LAX Landside Access Modernization Program (LAMP) Phase I ESA LOS ANGELES, CA Conducted and managed a Phase I ESA of the automated people mover route that is part of the proposed LAX Landside Access Modernization Program. Multiple properties both along and nearby the route were assessed to identify potential environmental concerns that might impacted the construction process. Taxiway D & Taxiway C-14 Enabling Projects LAX - LOS ANGELES, CA Assisted with and performed preliminary environmental assessment tasks (document review and site reconnaissance) of several structures located within the footprint of Taxiway D and Taxiway C-14 projects. Delta Hangar Oil Well Location LAX - LOS ANGELES, CA In 2017, managed a project team to locate an abandoned oil well located in the LAX West Aircraft Maintenance Area (WAMA) beneath the location of a proposed (now constructed) Delta Hangar. NV5 used a combination of document review, GIS mapping, and geophysical survey equipment to locate the oil well and to provide LAWA’s construction team with information regarding oil well abandonment requirements. City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 11 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 KEY STAFF RESUMES MATT THOMAS MThomas@cgrs.com INTRODUCTION Matt Thomas is the Business Development Manager for CGRS’s California office. He specializes in underground storage tank compliance services with more than 40 years of experience in the State of California’s UST regulations and nearly four years with CGRS. SPECIALIZATION Underground Storage Tank (UST) Compliance Services REPRESENTATIVE EXPERIENCE 11-2014 to present CGRS, Inc. 5444 Dry Creek Road Sacramento, CA 1-15-2009 to 10-24-14 Silvas Oil Company, Inc.1757 East Wooley Road Oxnard, CA Operations Manager 5-2007 to 2009 Slunaker Construction 3672 Chicago Ave Suite B Riverside, CA Outside Independent Consultant 2-2002 to 2007 Shirley Environmental Testing LLC 9595 Lucas Ranch Rd Rancho Cucamonga, CA underground tank testing (UST) and Tracer Leak Detection. Responsible Managing Employee (RME) 2-2000 to 2-2014 Matt Thomas & Company Palmdale, CA 93590 Owner Independent contractor/consultant to the Petroleum UST/AST market place 9-1998 to 2-2000 Southern California Excavation & Environmental Inc. 2650 Redondo Place Fullerton, Ca 3-1996 to 8-1998 API/Ronan –Roma Sales Co. Corona, CA Foreclosed on Leak Alert Service Company do to non-payment on purchase contract of API/Ronan. Merged API with Roma Sales, which provided service and construction to the major oil and independent gas station market. 12-1994 to 3-1996 Ronan Engineering Co. Inc. Woodland Hills, CA General Manager for the X76 Leak Detection Division. Developed $35 million of revenue from local, national, and international sales efforts in conjunction with joint venture with Adams Precision Instrumentation Co. Inc. 6-1982 to 12-1995 Adams Precision Instrumentation Co. Inc. Long Beach, CA Owner-Started company to provide instrumentation and controls to oil field production companies and oil refiners.Established joint venture with Ronan Engineering and provided the design and marketing of the X76 Product line. 1-1978 to 6-1982 Instrument Specialists Co. Inc. Long Beach, CA Sales Engineer for Instrumentation/Automation products, construction, and service to oil producers and refiners. 1-1977 to 1-1978 AWC Inc. Houston, Texas Outside sales engineer for Instrumentation/Automation products to the industrial market place 1-1976 to 1-1977 V. E. Construction Anchorage, Alaska Contract Instrument Technician to ARCO Prudhoe Bay oil production faculties. Preformed final check out and start up of flow stations, compression plants for the Alaskan Pipe Line. 1-1975 to 1-1976 Instrument Specialists Co. Inc. Long Beach, CA Contract Instrument Technician to oil producers and refiners. 1-1973 to 1-1975 U. S. Borax Boron, CA Instrument Technician Attended in house Industrial Instrumentation Training. Performed routine instrument maintenance on high temperature furnaces, 1,000,000 gallon water tanks/thickeners, control valves, and pressure relief valves. EDUCATION Antelope Valley College City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 12 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 CCiRS SOLUTIONS DELIVERED KEY STAFF RESUMES Page 2 Matt Thomas YEARS OF EXPERIENCE Total 40+ years CGRS Corporate Employee 8.75 years REGISTRATION/ CERTIFICATION California Contractors License # 80361 RME A General Engineering HAZ Certified ADDITIONAL TRAINING Instrumentation Trade School US Borax Hazwhoper First Aide API Work Safe REGULATORY EXPERIENCE 35+ years working with State of California Title 23 Code of Regulations for USTs ASSESSMENT, REMEDIATION AND EMERGENCY RESPONSE UST tank sets Leak Detection Monitor installations Piping upgrades Excavate, Stage and Cover Soil and Monitor Well Sampling Decontamination Planning Project Management City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 13 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 I ---......,~ ' i RELEVANT EXPERIENCE Hazardous Materials Consulting Services LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS The Men’s Central Jail site assessment projects were awarded to NV5 under the existing As-Needed Environmental Assessment and Remediation Services Contract No. PW13510. Since 2014, NV5 has conducted a $339,676 site assessment of the 18-acre LA County Men’s Central Jail facility and two satellite properties. Scopes of work included multiple-compliant Phase I and Phase II Environmental Site Assessments (ESAs), a comprehensive Hazardous Building Materials Survey, and a Human Health Risk Assessment. The investigation was the first phase of a feasibility study and enabling the project for the demolition, site prep, and construction of a new modern facility with an overall project value estimated to be close to $2 billion. NV5’s team continues to support this project by providing ongoing support as the overall project progresses. Through the course of the Phase I ESAs, NV5 identified multiple off-site and on-site potential concerns, including former industrial site uses, former and existing Underground Storage Tanks (USTs), and off-site releases potentially impacting the subject property. NV5 worked directly with the client to assess the significance of each identified potential concern to develop work plans for further assessment. Tournament Players Club UST Removal Oversight CHUBB ENVIRONMENTAL RISK (CER) NV5 provided third party technical and regulatory oversight during the removal of two 2,000-gallon Xerxes single-walled fiberglass underground fuel storage tanks (USTs) from the golf course’s Maintenance Operations Facility. The state- permitted UST removal was performed by others who were covered under a Chubb insurance policy. Bankfield Sewage Pump Station CITY OF CULVER CITY NV5 provided construction management and inspection services for the construction of the Bankfield Sewer Pump Station, which was constructed 35-feet-deep in the groundwater adjacent to the Caltrans Right-of-Way, as well as design services for the realignment of the sewer force mains and emergency diesel generator. This project was impacted by an unknown underground storage tank (UST) formerly abandoned by the former property owners of the pump station site. Additional combined hazardous waste (oil and sewage) posed new issues previously unknown during construction for the abatement of combined hazardous waste, which Adelante would not accept. Contaminated groundwater posed additional challenges during construction as the RWQCB would not issue a permit to discharge to storm drain. With two submersible pumps, a flow meter vault, a valve vault, a bypass vault for the two force mains, an emergency diesel-fueled backup electrical generator, and complete SCADA systems, NV5 assisted with the final design and implementation of the emergency diesel generator as well as pipeline redesign for the sewer force main, including the AQMD permitting, as the original plans did not accommodate a generator. The project was completed with a custom CMU building to house instrumentation and SCADA systems, a bathroom and electrical components. This project is an American Public Works Association BEST Awards winner. City of Carlsbad | Technical Support Services for UST Removal and Replacement NV5 | 14 PSA24-2343FAC Exhibit "A" (cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 NV5 - Technical Support Services UST Removal and Replacement HOURS $HOURS $HOURS $HOURS $HOURS $HOURS $HOURS $HOURS $ 1.0 Document Review 1.1 Fuel Systems Review Storage Tank Design and Configuration 1 $295 2 $460 2 $430 2 $426 6 $1,104 2 $340 $3,055 1.2 UST Permitting, Hazardous Waste, Tank Testing and Requirements 1 $295 2 $460 2 $430 2 $426 6 $1,104 2 $340 $3,055 2.0 UST Specifications Preparation 2.1 UST Removal Specification 1 $295 2 $430 4 $920 2 $430 2 $426 12 $2,208 4 $680 $200 $5,589 2.2 UST Installation Specification 1 $295 2 $430 4 $920 2 $430 2 $426 12 $2,208 4 $680 $5,389 2.3 Buried Fiberglass Double-Wall Piping Specification 1 $295 2 $430 4 $920 2 $430 2 $426 12 $2,208 4 $680 $5,389 2.4 Above-Grade Dispensers, Fuel Island, and Card Locks 1 $295 2 $430 4 $920 2 $430 2 $426 12 $2,208 4 $680 $5,389 2.5 Permit Requirements 1 $295 2 $430 4 $920 4 $860 16 $2,480 2 $426 $200 $5,611 2.6 Hazardous Materials Disposal 1 $295 2 $430 4 $920 4 $860 16 $2,480 2 $426 $5,411 2.7 Tank Testing Licensing and Responsibility for Removal and Replacement 1 $295 2 $430 4 $920 4 $860 16 $2,480 2 $426 $5,411 44,299$ PIC $215 $230 $215 PROJECT MANAGER SENIOR ENGINEER I SENIOR ENGINEER II Total Fee Work DescriptionTask No. OTHER DIRECT COSTS TOTAL FEE$155 $213 $184 $170 PROJECT ENGINEER CGRS Sr Engineer CGRS Fuel Engineer CGRS Fuel PM NV5 CGRS $295 PSA24-2343FAC Exhibit "A" (Cont'd) DocuSign Envelope ID: 55E08CDC-58A8-4B80-8931-A6771DD45E03 DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 ~ ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 5/1/2024 12/7/2023 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 Lockton Companies CONTACT NAME: 3280 Peachtree Road NE, Suite # I 000 PHONE I FAX IA/C No Extl: IA/C Nol: Atlanta GA 30305 E-MAIL (404) 460-3600 ADDRESS: INSURER/SI AFFORDING COVERAGE NAIC# 1NsuRER A : Vallev F oriz:e Insurance Comoanv 20508 INSURED NV5, Inc. INSURER B : National Fire Insurance Co of Hartford 20478 1491108 15092 Avenue of Science, INSURER c : The Continental Insurance Company 35289 Suite 200 INSURER D : Transportation Insurance Company 20494 San Diego CA 92128 INSURER E : Navigators Specialty Insurance Company 36056 INsURERF : National Fire and Marine Insurance Co 20079 COVERAGES Science CERTIFICATE NUMBER: 20113845 REVISION NUMBER: xxxxxxx THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ,.,.,n ••n,n POLICY NUMBER IMM/DD/YYYYI IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY y y 7014856125 5/1/2023 5/1/2024 EACH OCCURRENCE $ 1.000 000 D CLAIMS-MADE [i] OCCUR DAMAGE TO RENTED $ 1,000,000 PREMISES (Ea occurrence) X Contractual Liab MED EXP (Any one person) $ 15.000 X Cross Liab Incl PERSONAL & ADV INJURY s 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2.000 000 Fxl POLICY [x] ~rg:: [x] LOC PRODUCTS • COMP/OP AGG s 2,000,000 OTHER: Deductible: None $ B AUTOMOBILE LIABILITY y y 7014842659 5/1/2023 5/1/2024 COMBINED SINGLE LIMIT s 1.000 000 IEa accident\ f-- X ANY AUTO BODILY INJURY (Per person) $ xxxxxxx f--OWNED ~ SCHEDULED BODILY INJURY (Per accident) $ xxxxxxx f--AUTOS ONLY f--AUTOS X HIRED X NON-OWNED iP~?~~c~Je':igAMAGE $ xxxxxxx AUTOS ONLY AUTOS ONLY $ xxxxxxx C X UMBRELLA LIAB ~ OCCUR N N CUE 7014841883 5/1/2023 5/1/2024 EACH OCCURRENCE s 10.000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE s 10.000 000 DED I X I RETENTION $ $0 $ xxxxxxx WORKERS COMPENSATION y I PER I I OTH-B AND EMPLOYERS' LIABILITY 7014842824lAOS) 5/1/2023 5/1/2024 X STATUTE ER D Y/N 7014842810 CA) 5/1/2023 5/1/2024 1.000 000 ANY PROPRIETOR/PARTNER/EXECUTIVE Cm E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE • EA EMPLOYEE $ 1.000 000 If yes, describe under E.L. DISEASE -POLICY LIMIT $ 1.000 000 DESCRIPTION OF OPERATIONS below E Excess Liab N N GA23EXRZ0DWT51C 5/1/2023 5/1/2024 Ea. Claim/Agg. $10M/$10M F Prof/Poll Liab 42-EPP-321328-02 5/1/2023 5/1/2024 Ea. Claim/ Agg. $1 0M/$20M A Bus Per Prop 7014856125 5/1/2023 5/1/2024 Limit $19,301 ,609 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: ALL PROJECTS. The City of Carlsbad is included as additional insured on a Primary and Non-contributory basis ifrequired by written contract with respect to General Liability and Automobile Liability per the terms and conditions of the policy. A waiver of subrogation applies in favor of The City of Carlsbad if required by written contract with respect to General Liability, Automobile Liability, and Workers' Compensation per the terms and conditions of the policy where permitted by state law. A 30-day notice of cancellation is included if required by written contract per the terms and conditions of the policy. CERTIFICATE HOLDER 20113845 City of Carlsbad/CMWD c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta CA 92564 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. "'™OR°" •-a ..,,,,__..,...,_ ______________ _ © 1988-201 . All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 7014856125 05/01/2023 NV5 Global, IncNV5 Global, Inc DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Atta Blanket Additional Insured -Owners, Lessees o Contractors -with Products-Completed 0 erations Covera e 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. Ill. 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 CNA1501sxx (10-16) Page 1 of 2 Insured Name: Pohcy No: Effective Date: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 7014856125 05/01/2023 NV5 Global, Inc. DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Atta Blanket Additional Insured -Owners, Lessees or Contractors -with Products-Completed 0 erations Covera e 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. CNA75079XX (10-16) Page 2 of 2 Insured Name: Polley No: Effective Date: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 A c ent o e: CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY -LIMITED CONTRACTUAL LIABILITY Provision does not apply if Coverage B -Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY -CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE-ELEVATORS A. Under COVERAGES, Coverage A -Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE -ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. RETIRED PARTNERS, MEMBERS, DIRECTORS AND EMPLOYEES WHO IS INSURED is amended to include as Insureds natural persons who are retired partners, members, directors or employees, but only for bodily injury, property damage or personal and advertising injury that results from services performed for the Named Insured under the Named lnsured's direct supervision. All limitations that apply to employees and volunteer workers also apply to anyone qualifying as an Insured under this Provision. 24. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS -COVERAGES A AND Bis amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 25. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named lnsured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 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 lnsured'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: CNA74858XX (1-15) Page 16 of 18 VALLEY FORGE INSURANCE COMPANY Insured Name: NV5 GLOBAL, INC. Policy No: 7014856125 Endorsement No: 12 Effective Date: 05/01/2023 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Art c o e: CNA CNA PARAMOUNT Architects, Engineers and Surveyors General Liability Extension Endorsement 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 (O.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 lnsured's ongoing operations at the project, or during such operations of anyone acting on the Named lnsured'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 lnsured'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.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. CNA74858:XX (1-15) Page 17 of 18 VALLEY FORGE INSURANCE COMP ANY Insured Name: NV5 GLOBAL, INC. Policy No: 7014856125 Endorsement No: 12 Effective Date: 05/01/2023 Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587568 Master ID: 1491108, Certificate ID: 20113845 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 Certificateholders 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 Certificateholder 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. 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 ldate (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA68021XX (02-2013) Endorsement Effective Date: 05/01/2023 © Copyright CNA All Rights Reserved. Policy No: 7014856125, 7014842659,7014841883 DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587561 Master ID: 1491108, Certificate ID: 20113845 CNA Business Auto Policy Policy Endorsement II ADDITIONAL INSURED ENDORSEMENT -CONTRACTUAL OBLIGATION It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED. 1. Paragraph A.1. Who Is An Insured of Section 11 -LIABILITY COVERAGE is amended to include as an additional insured the person or organization scheduled above, but only if you are required by "written contract" to make that person or organization an additional insured under this policy. 2. The insurance provided to the additional insured is limited as follows: a. The person or organization is an additional insured only with respect to "bodily injury" or "property damage" arising out of a covered "auto" and caused by your negligent acts or omissions or the negligent acts or omissions of someone, other than the additional insured, for whom you are legally liable. b. The person or organization is not an additional insured for the person or organization's own acts or omissions, nor those of anyone, other than you, for whom the person or organization is legally liable. c. We will not provide the additional insured any broader coverage or any higher limit of liability than the least that is: (1) Required by the "written contract"; or (2) Afforded to you under this policy. 3. Condition 2. Duties In the Event of Accident, Claim, Suit or Loss of Section IV -BUSINESS AUTO CONDITIONS is amended to add the following conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: a. Give us written notice of an "accident" which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; b. Agree to make available any other insurance the additional insured has for a loss we cover under this policy; c. Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit"; and d. Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this policy. But if the "written contract" requires this insurance to be primary and non-contributory, this provision d. does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a "suit". 4. Only for the purpose of the insurance provided by this endorsement, SECTION V -DEFINITIONS is amended to add the following definition: Form No: CNA71526XX (10-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 63; Page: 1 of 2 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7014842659 Policy Effective Date: 05/01/2023 Policy Page: 281 of 1414 © Copyright CNA All Rights Reserved. Material used with permission of ISO Properties, Inc II DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587561 Master ID: 1491108, Certificate ID: 20113845 CNA Business Auto Policy Policy Endorsement "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured under this policy, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to the accident for which the additional insured seeks coverage under this policy. 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. Form No: CNA71526XX (10-2012) Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 63; Page: 2 of 2 Underwriting Company: National Fire Insurance Company of Hartford, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7014842659 Policy Effective Date: 05/01/2023 Policy Page: 282 of 1414 © Copyright CNA All Rights Reserved. Material used with permission of ISO Properties, Inc DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587561 Master ID: 1491108, Certificate ID: 20113845 AS REQUIRED BY CONTRACT 05/01/2023 NV5 GLOBAL, INC. DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attat'NJl1e: D587560 Master ID: 1491108, Certificate ID: 20113845 CNA71527XX (Ed. 10/12) I ;;;;;;;;;;;;;;a ;;;;;;;;;;;;;;a -= ;:::::::; -- 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 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. CNA71527XX (10/12) Page 1 of 1 Insured Name: Copyright CNA All Rights Reserved. Policy No: 7014842659 Endorsement No: Effective Date: DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587563 Master ID: 1491108, Certificate ID: 20113845 POLICY NUMBER: 7014842659 COMMERCIAL AUTO CA 0444 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: NV5 Global, Inc Endorsement Effective Date: 05/01/2023 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HA VE AGREED TO WAIVE SUCH RIGHT OF RECOVERY IN A WRITTEN CONTRACT OR AGREEMENT. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident" or the "loss" under a contract with that person or organization. CA 0444 0310 © Insurance Services Office, Inc., 2009 Page 1 of 1 0 Policy No. 7014842824 Workers' CompensationWorkers' CompensationIWAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement The premium charge for the endorsement is reflected in the Schedule of Operations. 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: WC 00 03 13 (04-1984)Policy : 7014842824 Endorsement Effective Date 05/01/2023 Copyright 1983 National Council on Compensation Insurance. DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587582 Master ID: 1491108, Certificate ID: 20113845 CNA L J II DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587581 Master ID: 1491108, Certificate ID: 20113845 CNA POLICY NO: 7014842824 WORKERS COMPENSATION WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT 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.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement. The premium charge for the endorsement is reflected in the Schedule of Operations. 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: WC00 03 13 (04-1984) Endorsement Effective Date: 5/1/2023 Policy: 7014842824 DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587581 Master ID: 1491108, Certificate ID: 20113845 CNA WORKERS COMPENSATION TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. 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, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. [ ] Specific Waiver [X] Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: Waiver of Subrogation Operations Premium: The premium charge for this endorsement shall be premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 1. Advance Premium: Waiver of Subrogation Advance Premium 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:WC.:42 03 04 B (06-2014) Endorsement Effective Date:05/01/2023 Policy No. 7014842824 DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587581 Master ID: 1491108, Certificate ID: 20113845 CNA UTAH WAIVER OF SUBROGATION ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Utah is shown in Item 3.A. of the Information Page. 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.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Our waiver of rights does not release your employees' rights against third parties and does not release our authority as trustee of claims against third parties. Schedule Any person or organization against whom you have agreed to waive such right of recovery in a written contract or agreement All other terms and conditions of the policy remain unchanged. :his 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: WC 43 03 05 (07-2000) Endorsement Effective Date: 05/01/2023 Policy No. 7014842824 DocuSign Envelope ID: 55E08CDC-58A8-4880-8931-A6771DD45E03 Attachment Code: D587584 Master ID: 1491108, Certificate ID: 20113845 Policy No. 7014842810 CNA Workers 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.) PR.EMIUM 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 Blanket Waiver of Subrogation Percentage Charge%. All other terms and conditions of the policy remain unchanged. ~ is endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, kes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another fective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy less another expiration date is shown below. Form No: G-19160-8 (11-1997) Endorsement Effective Date: c0510112023 -Policy No. 7014842810