Loading...
HomeMy WebLinkAboutItem No. 09 - PSA Amendment No. 1 Ardurra Group for Camino Del Norte Project Page 1 of 2 REPORT TO CITY COUNCIL To:Honorable Mayor and Members of the City Council From:Jason Simpson, City Manager Prepared by:Remon Habib, City Engineer Date:May 23, 2023 Subject:Amendment No. 1 to the Professional Services Agreement with Ardurra Group, Inc. Recommendation Approve and authorize the City Manager to execute Amendment No. 1 to the Agreement for Professional Services with Ardurra Group, Inc. for an additional $19,950.00 bringing the total contract amount not to exceed $139,129.00 in final form as approved by the City Attorney. Background On October 11, 2022, the City Council approved the Professional Services Agreement in the amount of $119,179.00, with Ardurra Group Inc. for the final design for the Camino Del Norte Sewer Extension Project. The final plans will extend the sewer main to the future Elsinore Hills Road/Camino Del Norte intersection. During the exploratory surface boring phase, the Geotechnical Engineer encountered granitic rock below the surface. Discussion The granitic rock was located within the proposed alignment of the sewer. With this discovery, a supplemental Geophysical Evaluation Report is required to determine the extent of the rock. The purpose of the Geophysical Evaluation Report is to provide data and recommendations regarding the excavation conditions along the sewer alignment. Fiscal Impact Professional Services Contract will result into a revised cost of $139,129.00. This cost is programmed in the City‘s CIP Program. Amendment No. 1 Ardurra Page 2 of 2 Attachments Attachment 1- Amendment No. 1 Ardurra Exhibit A- Proposal Attachment 2 – Original Agreement Attachment 3 – Project Exhibit 2 6 9 5 0 AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL SERVICES Ardurra Group, Inc. Camino Del Norte Sewer Extension Project This Amendment No. 1 to Agreement for Professional Services is made and entered into as of 5/23/2023, by and between the City of Lake Elsinore, a municipal corporation (“City), and Ardurra Group, Inc., a Corporation (“Consultant”). RECITALS A. The City and Consultant have entered into that certain Agreement for Professional Services dated as of 10/11/2022, (the “Original Agreement”). Except as otherwise defined herein, all capitalized terms used herein shall have the meanings set forth for such terms in the Original Agreement. B. The Original Agreement provided for compensation in an amount of One-Hundred Nineteen Thousand One Hundred Seventy-Nine dollars ($119,179.00). C. The parties now desire to amend the scope of services and increase the payment for such services as set forth in this Amendment No 1. NOW, THEREFORE, in consideration of the mutual covenants and conditions set forth herein, City and Consultant agree as follows: 1. Section 1, Scope of Services, of the Original Agreement is hereby amended to add the following: Consultant shall also perform the services described in Consultant’s 3/23/2023 Proposal (attached to this Amendment No. 1 as Exhibit A-1). Consultant shall provide such services at the time, place, and in the manner specified in Exhibit A-1, subject to the direction of the City through its staff that it may provide from time to time. 2. Section 3, Compensation, of the Original Agreement is hereby amended to add the following: Notwithstanding the foregoing, (i) for purposes of Amendment No. 1, compensation to be paid to Consultant for the additional scope of services shall be in accordance with Consultant’s 3/23/2023 Proposal (Exhibit A-1 to Amendment No. 1); and (ii) in no event shall Consultant’s compensation exceed One Hundred Thirty-Nine Thousand One Hundred Twenty Nine dollars ($139,129) without additional written authorization from the City. 3. Except for the changes specifically set forth herein, all other terms and conditions of the Original Agreement shall remain in full force and effect. 2 6 9 5 0 IN WITNESS WHEREOF, the parties have caused this Amendment No. 1 to be executed on the respective dates set forth below. “CITY” CITY OF LAKE ELSINORE, a municipal corporation “CONSULTANT” Ardurra Group, Inc. City Manager Date: Amy Czajkowski, Principal in Charge Date: __ ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Assistant City Manager Attachments: Exhibit A-1 – Consultant’s Proposal EXHIBIT A-1 CONSULTANT’S PROPOSAL [ATTACHED] 14271 Danielson Street | Poway, CA 92064 | 858.413.2400 | www.ardurra.com May 10, 2022 Mr. Carlos Norvani City of Lake Elsinore 130 S Main St. Lake Elsinore, CA 92530 SUBJECT: CAMINO DEL NORTE SEWER EXTENSION Dear Mr. Norvani: The Camino Del Norte Sewer Extension Project is proposed to design approximately 1,225 linear feet of sewer within Camino Del Norte, south of Main Street. During the geotechnical borings, Boring 2 hit refusal at 4 feet. In coordination with the City we are presenting a proposed amendment adding additional scope to perform a seismic refraction survey. This seismic refraction survey is intended to explore the subsurface condition to better inform the design team of the potential for rock in order to support the design of the proposed sewer. Additional details regarding the execution of this work can be found in the attached proposal from Ninyo & Moore, the geotechnical subconsultant on the job. FEE The proposed fee for the above scope is $19,950. This includes the subconsultant’s fee plus a 5% markup. We appreciate the opportunity to provide this proposal for the Camino Del Norte Sewer Extension Project. If you have any questions please feel free to contact me at 619.316.7248. Sincerely, Jamie Fagnant, PE Project Manager 5710 Ruffin Road | San Diego, California 92123 | p. 858.576.1000 | www.ninyoandmoore.com March 23, 2023 Project No. 109554001 Ms. Jamie Fagnant Ardurra 14271 Danielson Street Poway, California 92064 Subject: Proposal for Supplemental Geophysical Evaluation Camino Del Norte Sewer Extension Lake Elsinore, California CIP Z30016 Dear Ms. Fagnant: In response to your request, we are pleased to submit this proposal to perform a supplemental geophysical evaluation for the Elsinore Valley Municipal Water District’s (EVMWD) Camino Del Norte Sewer Extension project in Lake Elsinore, California. The project includes the construction of approximately 1,225 lineal feet of 8-inch diameter sewer pipe at depths of approximately 8-10 feet within Camino Del Norte. Our office is currently preparing a geotechnical evaluation report for the project and recently performed three small-diameter borings along the project alignment. One of the borings met drilling refusal on granitic rock at a depth of approximately 4 feet. Due to the presence of shallow, resistant rock along the project alignment, we are providing this scope and fee for a supplemental geophysical survey to evaluate the subsurface conditions. Based on our site observations of granitic rock within the roadcuts adjacent to Camino del Norte, shallow rock may be anticipated along an approximately 675-foot long section in the middle portion of the alignment. The purpose of the supplemental geophysical evaluation will be to provide data and recommendations regarding the rippability and excavation conditions along the sections of the alignment anticipated to be underlain by shallow rock. SCOPE OF SERVICES Based on our understanding of the project, we propose the following scope of services: • Acquiring a traffic control permit from the City of Lake Elsinore Engineering Department. Fees associated with the permit will be waived. Ninyo & Moore | Camino Del Norte Sewer Extension, Lake Elsinore, California | 109554001 | March 23, 2023 2 • Preparing and implementing a Traffic Control Plan to be approved by the City of Lake Elsinore. • Performing a geophysical survey consisting of series of three seismic refraction lines along an approximately 675-foot-long portion of Camino del Norte anticipated to be underlain by shallow granitic rock. The lines will be up to approximately 230 feet long and will be performed within the dirt road shoulder. • Compiling and analyzing data obtained from our geotechnical evaluation and seismic refractions surveys. • Preparing a supplemental letter report providing the findings of our geophysical evaluation. The illustrated letter report will include profiles of the surveyed road sections. Recommendations regarding rippability and excavatability along the project alignment will be provided. ASSUMPTIONS In preparation of this proposal, we have made the following assumptions: • We assume that our seismic refraction surveys will be performed during normal work hours, Monday through Friday, 7:00 am to 5:00 pm. • The project is subject to California Prevailing Wage Rates with regard to our traffic control subcontractor. • Upon award of the project, the client will provide in writing the Depart of Industrial Relations (DIR) Project ID for the purposes of electronic certified payroll reporting (eCPR) and labor compliance. FEE Our fee to perform the geotechnical evaluation services described above will be invoiced on a lump sum basis in the amount of $19,000 (Nineteen Thousand Dollars). Additional services, beyond those described herein, if requested, will be performed on a lump sum or time-and-materials basis, as appropriate. SCHEDULE We are prepared to begin our services immediately upon receiving your authorization to proceed. Following receipt of the traffic control permit, and assuming no delays due to inclement weather, scheduling of the field work is anticipated to take approximately two weeks. Field work associated with the seismic refraction surveys is anticipated to take one day to perform. The supplemental geophysical evaluation report will be completed approximately three weeks after performance of the field work. Verbal progress reports can be provided during the course of our evaluation, if requested. Ninyo & Moore | Camino Del Norte Sewer Extension, Lake Elsinore, California | 109554001 | March 23, 2023 3 If this proposal meets with your approval, please forward your contract documents as notification for us to proceed with this work. We appreciate the opportunity to submit this proposal and look forward to continue working with you on this project. Respectfully submitted, NINYO & MOORE Nissa M. Morton, PG, CEG Senior Project Geologist Gregory T. Farrand, PG, CEG Principal Geologist NMM/ZH/GTF/mp Camino Del Norte Sewer Extension Agreement Page 1 AGREEMENT FOR PROFESSIONAL SERVICES Ardurra Group, Inc. Camino Del Norte Sewer Extension This Agreement for Professional Services (the “Agreement”) is made and entered into as of October 11, 2022, by and between the City of Lake Elsinore, a municipal corporation (‘‘City") and Ardurra Group, Inc., a Corporation ("Consultant"). RECITALS A. The City has determined that it requires the following professional services: Civil Engineering Design Services B. Consultant has submitted to City a proposal, dated September 16, 2022, attached hereto as Exhibit A (“Consultant’s Proposal”) and incorporated herein, to provide professional services to City pursuant to the terms of this Agreement. C. Consultant possesses the skill, experience, ability, background, certification and knowledge to perform the services described in this Agreement on the terms and conditions described herein. D. City desires to retain Consultant to perform the services as provided herein and Consultant desires to provide such professional services as set forth in this Agreement. AGREEMENT 1. Scope of Services. Consultant shall perform the services described in Consultant’s Proposal (Exhibit A). Consultant shall provide such services at the time, place, and in the manner specified in Consultant’s Proposal, subject to the direction of the City through its staff that it may provide from time to time. 2. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the professional services to be performed by Consultant is an essential condition of this Agreement. Consultant shall prosecute regularly and diligently the professional services contemplated pursuant to this Agreement according to the agreed upon performance schedule in Consultant’s Proposal (Exhibit A). b. Performance Schedule. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Consultant’s Proposal (Exhibit A). When requested by Consultant, extensions to the time period(s) specified may be approved in writing by the City Manager. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 2 c. Term. The term of this Agreement shall commence upon execution of this Agreement and shall continue until the services and related work are completed in accordance with the Consultant’s Proposal (Exhibit A). 3. Compensation. Compensation to be paid to Consultant shall be in accordance with the fees set forth in Consultants’ Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Consultant’s compensation exceed One Hundred Nineteen Thousand, One Hundred Seventy-Nine dollars ($119,179) without additional written authorization from the City. Notwithstanding any provision of Consultant’s Proposal to the contrary, out of pocket expenses set forth in Exhibit A shall be reimbursed at cost without an inflator or administrative charge. Payment by City under this Agreement shall not be deemed a waiver of defects, even if such defects were known to the City at the time of payment. 4. Method of Payment. Consultant shall promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. Consultant’s bills shall be segregated by project task, if applicable, such that the City receives a separate accounting for work done on each individual task for which Consultant provides services. Consultant’s bills shall include a brief description of the services performed, the date the services were performed, the number of hours spent and by whom, and a description of any reimbursable expenditures. City shall pay Consultant no later than forty-five (45) days after receipt of the monthly invoice by City staff. 5. Background Checks. At any time during the term of this Agreement, the City reserves the right to make an independent investigation into the background of Consultant’s personnel who perform work required by this Agreement, including but not limited to their references, character, address history, past employment, education, social security number validation, and criminal or police records, for the purpose of confirming that such personnel are lawfully employed, qualified to provide the subject service or pose a risk to the safety of persons or property in and around the vicinity of where the services will be rendered or City Hall. If the City makes a reasonable determination that any of Consultant’s prospective or then current personnel is deemed objectionable, then the City may notify Consultant of the same. Consultant shall not use that personnel to perform work required by this Agreement, and if necessary, shall replace him or her with a suitable worker. 6. Suspension or Termination. a. The City may at any time, for any reason, with or without cause, suspend or terminate this Agreement, or any portion hereof, by serving upon the Consultant at least ten (10) days prior written notice. Upon receipt of such notice, the Consultant shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Consultant the actual value of the work performed up to the time of termination, provided that the work performed is of value to the City. Upon termination of the Agreement pursuant to this Section, the Consultant will submit an invoice to the City, pursuant to Section entitled “Method of Payment” herein. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 3 7. Plans, Studies, Documents. a. Ownership of Documents. All plans, studies, documents and other writings prepared by and for Consultant, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Consultant for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Consultant or to any other party. Consultant shall, at Consultant’s expense, provide such reports, plans, studies, documents and other writings to City upon written request. City shall have sole determination of the public’s rights to documents under the Public Records Act, and any third- party requests of Consultant shall be immediately referred to City, without any other actions by Consultant. b. Licensing of Intellectual Property. This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Consultant under this Agreement ("Documents & Data"). Consultant shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Consultant represents and warrants that Consultant has the legal right to license any and all Documents & Data. Consultant makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Consultant or provided to Consultant by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City’s sole risk. c. Confidentiality. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Consultant in connection with the performance of this Agreement shall be held confidential by Consultant. Such materials shall not, without the prior written consent of City, be used by Consultant for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Consultant which is otherwise known to Consultant or is generally known, or has become known, to the related industry shall be deemed confidential. Consultant shall not use City’s name or insignia, photographs relating to project for which Consultant’s services are rendered, or any publicity pertaining to the Consultant’s services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 8. Consultant’s Books and Records. a. Consultant shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 4 b. Consultant shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of termination or completion of this Agreement. c. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Consultant’s address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Consultant’s business, City may, by written request by any of the above-named officers, require that custody of the records be given to the City and that the records and documents be maintained in City Hall. Access to such records and documents shall be granted to any party authorized by Consultant, Consultant’s representatives, or Consultant’s successor-in-interest. 9. Independent Contractor. a. Consultant is and shall at all times remain as to the City a wholly independent contractor pursuant to California Labor Code Section 3353. The personnel performing the services under this Agreement on behalf of Consultant shall at all times be under Consultant’s exclusive direction and control. Neither City nor any of its officers, employees, or agents shall have control over the conduct of Consultant or any of Consultant’s officers, employees, or agents, except as set forth in this Agreement. Consultant shall not at any time or in any manner represent that it or any of its officers, employees, or agents are in any manner officers, employees, or agents of the City. Consultant shall not incur or have the power to incur any debt, obligation, or liability whatsoever against City, or bind City in any manner. b. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary and except for the fees paid to Consultant as provided in the Agreement, Consultant and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive any claims to, any compensation, benefit, or any incident of employment by City, including but not limited to eligibility to enroll in PERS as an employee of City and entitlement to any contribution to be paid by City for employer contribution and/or employee contributions for PERS benefits. 10. PERS Eligibility Indemnification. In the event that Consultant or any employee, agent, or subcontractor of Consultant providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Consultant shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer contributions for PERS benefits on behalf of Consultant or its employees, agents, or subcontractors, as well as for the payment of any penalties and interest on such contributions, which would otherwise be the responsibility of City. 11. Interests of Consultant. Consultant (including principals, associates and professional employees) covenants and represents that it does not now have any investment or interest in real property and shall not acquire any interest, direct or indirect, in the area covered DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 5 by this Agreement or any other source of income, interest in real property or investment which would be affected in any manner or degree by the performance of Consultant’s services hereunder. Consultant further covenants and represents that in the performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Consultant is not a designated employee within the meaning of the Political Reform Act because Consultant: a. will conduct research and arrive at conclusions with respect to his/her rendition of information, advice, recommendation or counsel independent of the control and direction of the City or of any City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 12. Professional Ability of Consultant. City has relied upon the professional training and ability of Consultant to perform the services hereunder as a material inducement to enter into this Agreement. Consultant shall therefore provide properly skilled professional and technical personnel to perform all services under this Agreement. All work performed by Consultant under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent professionals in Consultant’s field of expertise. 13. Compliance with Laws. a. Consultant shall comply with all local, state and federal laws and regulations applicable to the services required hereunder, including any rule, regulation or bylaw governing the conduct or performance of Consultant and/or its employees, officers, or board members. b. Consultant represents that it has obtained and will maintain at all times during the term of this Agreement all professional and/or business licenses, certifications and/or permits necessary for performing the services described in this Agreement, including a City business license. 14. Licenses. Consultant represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Consultant to practice its profession. Consultant represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Consultant to practice its profession. Consultant shall maintain a City of Lake Elsinore business license. 15. Indemnity. a. Indemnification for Professional Liability. To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all claims, losses, liabilities, damages, costs and expenses, including attorney’s fees and costs, to the extent they arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. Consultant’s duty to defend shall consist of reimbursement of defense costs incurred DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 6 by City in direct proportion to the Consultant’s proportionate percentage of fault. Consultant’s percentage of fault shall be determined, as applicable, by a court of law, jury or arbitrator. In the event any loss, liability or damage is incurred by way of settlement or resolution without a court, jury or arbitrator having made a determination of the Consultant’s percentage of fault, the parties agree to mediation with a third party neutral to determine the Consultant’s proportionate percentage of fault for purposes of determining the amount of indemnity and defense cost reimbursement owed to the City. b. Indemnification for Other Than Professional Liability. Other than in the performance of professional services and to the full extent permitted by law, Consultant shall indemnify, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorneys’ fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Consultant or by any individual or entity for which Consultant is legally liable, including but not limited to officers, agents, employees or sub-consultants of Consultant. Consultant shall not be liable to third parties for any liability exempted by statute. c. General Indemnification Provisions. Consultant agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section from each and every sub-consultant or any other person or entity involved by, for, with or on behalf of Consultant in the performance of this Agreement. In the event Consultant fails to obtain such indemnity obligations from others as required here, Consultant agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successors, assigns or heirs of Consultant and shall survive the termination of this Agreement or this section. 16. Insurance Requirements. a. Insurance. Consultant, at Consultant’s own cost and expense, shall procure and maintain, for the duration of the contract, unless modified by the City’s Risk Manager, the following insurance policies. i. Workers’ Compensation Coverage. Consultant shall maintain Workers’ Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers’ Compensation Insurance and Employer’s Liability Insurance in accordance with the laws of the State of California for all of the subcontractor’s employees. Any notice of cancellation or non-renewal of all Workers’ Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. In the event that Consultant is exempt from Worker’s Compensation Insurance and Employer’s Liability Insurance for his/her employees in accordance with the laws of the State of California, Consultant shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 7 ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0001 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Coverage. Consultant shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non-owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 (“any auto”). No endorsement may be attached limiting the coverage. iv. Professional Liability Coverage. Consultant shall maintain professional errors and omissions liability insurance appropriate for Consultant’s profession for protection against claims alleging negligent acts, errors or omissions which may arise from Consultant’s services under this Agreement, whether such services are provided by the Consultant or by its employees, subcontractors, or sub consultants. The amount of this insurance shall not be less than one million dollars ($1,000,000) on a claims-made annual aggregate basis, or a combined single limit per occurrence basis. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Best’s rating of no less than A:VII and shall be endorsed with the following specific language: i. Notwithstanding any inconsistent statement in any required insurance policies or any subsequent endorsements attached thereto, the protection offered by all policies, except for Workers’ Compensation, shall bear an endorsement whereby it is provided that, the City and its officers, employees, servants, volunteers and agents and independent contractors, including without limitation, the City Manager and City Attorney, are named as additional insureds. Additional insureds shall be entitled to the full benefit of all insurance policies in the same manner and to the same extent as any other insureds and there shall be no limitation to the benefits conferred upon them other than policy limits to coverages. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 8 ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. v. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. c. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City’s option, Consultant shall demonstrate financial capability for payment of such deductibles or self-insured retentions. d. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 17. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Consultant: Ardurra Group, Inc. Attn: Amy Czajkowski 41593 Winchester Road, Suite 110 Temecula, CA 92590 DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 9 18. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant and the subcontractors listed in Exhibit B. Consultant shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express consent of the City. Consultant shall not subcontract any portion of the work to be performed under this Agreement except as provided in Exhibit B without the written authorization of the City. If City consents to such subcontract, Consultant shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 19. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 20. Litigation Expenses and Attorneys’ Fees. If either party to this Agreement commences any legal action against the other party arising out of this Agreement, the prevailing party shall be entitled to recover its reasonable litigation expenses, including court costs, expert witness fees, discovery expenses, and attorneys’ fees. 21. Mediation. The parties agree to make a good faith attempt to resolve any disputes arising out of this Agreement through mediation prior to commencing litigation. The parties shall mutually agree upon the mediator and share the costs of mediation equally. If the parties are unable to agree upon a mediator, the dispute shall be submitted to JAMS or its successor in interest. JAMS shall provide the parties with the names of five qualified mediators. Each party shall have the option to strike two of the five mediators selected by JAMS and thereafter the mediator remaining shall hear the dispute. If the dispute remains unresolved after mediation, either party may commence litigation. 22. Prohibited Interests. Consultant maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, City shall have the right to rescind this Agreement without liability. For the term of this Agreement, no member, officer or employee of City, during the term of his or her service with City, shall have any direct interest in this Agreement, or obtain any present or anticipated material benefit arising therefrom. 23. Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 10 24. Prevailing Wages. Consultant is aware of the requirements of California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Consultant agrees to fully comply with all applicable federal and state labor laws (including, without limitation, if applicable, the Prevailing Wage Laws). It is agreed by the parties that, in connection with the Work or Services provided pursuant to this Agreement, Consultant shall bear all risks of payment or non-payment of prevailing wages under California law, and Consultant hereby agrees to defend, indemnify, and hold the City, and its officials, officers, employees, agents, and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. The foregoing indemnity shall survive termination of this Agreement. 25. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 26. Controlling Law Venue. This Agreement and all matters relating to it shall be governed by the laws of the State of California and any action brought relating to this Agreement shall be held exclusively in a state court in the County of Riverside. 27. Authority to Enter Agreement. Consultant has all requisite power and authority to conduct its business and to execute, deliver, and perform the Agreement. Each party warrants that the individuals who have signed this Agreement have the legal power, right, and authority to make this Agreement and to bind each respective party. The City Manager is authorized to enter into an amendment or otherwise take action on behalf of the City to make the following modifications to the Agreement: (a) a name change; (b) grant extensions of time; (c) non- monetary changes in the scope of services; and/or (d) suspend or terminate the Agreement. 28. Counterparts. This Agreement may be executed in several counterparts, each of which shall constitute one and the same instrument and shall become binding upon the parties when at least one copy hereof shall have been signed by both parties hereto. In approving this Agreement, it shall not be necessary to produce or account for more than one such counterpart. 29. Entire Agreement; Incorporation; Conflict. This Agreement contains the entire understanding between the parties relating to the obligations described herein. All prior or contemporaneous understandings, agreements, representations and statements, oral or written, are superseded in total by this Agreement and shall be of no further force or effect. Consultant’s Proposal is incorporated only for the description of the scope of services and/or the schedule of performance and no other terms and conditions from such proposal shall apply to this Agreement unless specifically agreed to in writing. In the event of conflict, this Agreement shall take precedence over those contained in the Consultant’s Proposal. 30. Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. [Signatures on next page] DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the date first written above. “CITY” CITY OF LAKE ELSINORE, a municipal corporation City Manager ATTEST: City Clerk APPROVED AS TO FORM: City Attorney Assistant City Manager “CONSULTANT” Ardurra Group, Inc., a Corporation By: Amy Czajkowski Its: Principal In Charge Attachments: Exhibit A – Consultant’s Proposal Exhibit B – List of Subcontractors DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 10/13/2022 | 10:56 AM PDT 10/15/2022 | 10:27 AM PDT 10/15/2022 | 11:10 AM PDT 10/15/2022 | 11:18 AM PDT 10/17/2022 | 8:17 AM PDT EXHIBIT A EXHIBIT A CONSULTANT’S PROPOSAL [ATTACHED] DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 1 RE: CAMINO DEL NORTE SEWER EXTENSION Dear Carlos Norvani, LEED AP: Ardurra has reviewed the subject Request for Proposal (RFP) and associated documents and is pleased to submit this proposal for engineering design services to the City of Lake Elsinore. The Ardurra team is ideally suited to provide professional services to assist the City and we offer the following: EXPERIENCE. The design team will be led by Ms. Amy Czajkowski, PE, CCM as Principal-in-Charge, and Ms. Jamie Fagnant, PE, QSD as Project Manager. The Ardurra team understands the standards of both the City of Elsinore, and Elsinore Municipal Water District. Our team is known regionally for our excellent communication, sound engineering design, and unmatched dedication to our client’s goals. Ms. Czajkowski and Ms. Fagnant have developed a strong working relationships in the region and we are eager to put our technical expertise, local knowledge, and unmatched dedication to work to make this project a success. TEAM. Our project team has a proven track record of delivering successful projects. Mr. Gregory Farrand, of Ninyo & Moore, has years of providing Geotechnical investigations and reports in support of pipeline projects and has specific local knowledge of the recent developments and fill materials within the project area. Mr. Brian Fox with Cozad & Fox, Inc. is experienced in working within the City’s jurisdiction and is familiar with the City’s standards for survey. Underground Solutions will provide vacuum based potholing for safe and precise potholing, and is intimately familiar with City of Elsinore right of way permitting in order to minimize impact of potholing to the schedule. Our staff and subconsultants are experienced at working as an integrated multidisciplinary team and is poised to deliver a successful design for the El Camino Del Norte Sewer Extension. Thank you for your consideration and please feel free to contact me if you should have any questions. Sincerely, Jamie Fagnant, PE, QSD Amy Czajkowski, PE, CCM Project Manager Principal-in-Charge jfagnant@ardurra.com aczajkowski@ardurra.com 858.842.6992 760.518.6266 41593 WINCHESTER ROAD, SUITE 110 TEMECULA, CA 92590 ARDURRA.COM 02 FIRM’S EXPERIENCE 06 PROJECT TEAM 09 UNDERSTANDING & SCOPE 12 SCHEDULE 13 FEE COVER LETTER September 16, 2022 CITY OF LAKE ELSINORE 130 SOUTH MAIN ST. LAKE ELSINORE, CA 92530 DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 2 MESA GARRISON SEWER EMERGENCY REPAIR City of Oceanside The Mesa Garrison gravity sewer conveys 5 MGD through a 24” ductile iron pipeline construction in 1971 to the City’s San Luis Rey Wastewater Treatment Facility. In August of 2015, the pipeline experienced a catastrophic failure due to crown corrosion. Ardurra prepared emergency plans and specifications to install approximately 800 feet of 18” HDPE via sliplining through the existing pipeline within a deep utility tunnel and an additional approximately 1200 feet of cured in place pipe lining. The project was performed round the clock for 4 months until the 24” repair was completed, and normal flow reintroduced. KEY PROJECT COMPONENTS ƒDeveloped bypassing plan for the 5 MGD gravity sewer in order to perform the repairs. ƒDeveloped Shoring System for 45-foot-deep sewer to go under SDG&E high voltage lines. ƒDeveloped plan to protect-in-place, remove, and/or relocate nine (9) other utilities through the same utility corridor in order to repair sewer. This included stabilizing of the 24-inch land outfall within this trench since it is at the same invert as the 24-inch gravity line. ƒLocating the failed location of sewer line 45 feet deep, realizing a 45-deg bend had been installed, not a manhole, and CCTV video showed blockage in the line on both sides of the bend. ƒObtained all of the permits from OSHA, Traffic Control Department, NCTD, RWQCB and OSHA Mining and Tunneling Classification. ƒBased on Geotechnical investigations, potential for methane gas was present, thus classified as “potentially gassy”, and requiring OSHA Mining and Tunneling approval and consistent safety inspection throughout the duration of construction. PROJECT SPECIFICATIONS Reference: City of Oceanside Jason Dafforn, PE* 951.434.4708 *former City of Oceanside Water Utilities Director, now with Elsinore Valley MWD Project Dates: August 2015 — October 2015 Project Value: $3,200,000 “...This project would not have been completed in five months without the careful and quick thinking efforts of the Project Team. This team completed the project with no injuries or incidents. The project was carefully managed on a time and materials basis that ultimately resulted in a cost advantage to the City...The City Council was please with the final product and the timely completion.” – Mr. Jason Dafforn, PE FIRM’S EXPERIENCE DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 3 AS NEEDED ENGINEERING DESIGN SERVICES Leucadia Wastewater District As a prime consultant, Ardurra has provided as-needed engineering services on a task order delivery basis to the Leucadia Wastewater District (District) since 2006. Services have encompassed a wide variety of tasks to support all aspects of the District’s Capital and Operational needs including planning and hydraulic modeling, Geographical Information System (GIS) support services, flow monitoring, engineering design, cost estimating, plan preparation, office engineering during construction, and construction inspection. The following list includes highlights of the several task orders Ardurra has completed for the District: ƒFY 21 Gravity Line Rehabilitation | $343,000 – 6,600 lf CIPPL ƒFY 20 Gravity Line Rehabilitation |$1,300,000 – Replace 12 clean outs with new manholes, 955 lf of CIPPL, 4 point repairs ƒFY 18 District-Wide Cured-in-Place Pipe Lining | $700,000 – Over 7,000 lf CIPPL, 16 cured-in-place manhole linings, two epoxy manhole liners, several excavated point repairs ƒFY 17 Gravity Line Rehabilitation | $938,000 – 2,468 lf cured in place pipe lining, 6 cured in place manhole liners, 3 epoxy manhole rehabilitations ƒLanikai Trunk Sewer Rehabilitation | $235,000 – Design of a cured-in-place pipe liner through North County Transit District (NCTD) right of way for a 21- inch vitrified clay trunk sewer. Cured-in-place pipe lining included analysis and inclusion of Cooper E80 rail loading on the fully structural pipe rehabilitation. Project challenges included detailing a conceptual bypass plan for bypassing the trunk sewer to the other side of the NCTD railway. ƒLa Costa Golf Course Gravity Line Improvements |$18,700 – Feasibility, preliminary design and final design of sewer improvements to mitigate infiltration in an existing gravity sewer. The project ultimately consisted of approximately 100 linear feet of gravity sewer relocation on private property and abandonment in place of the existing gravity sewer. ƒFY 16 Gravity Line Rehabilitation | $284,000 – 3,131 lf CIPPL, one cured-in- place manhole liner, three sag repairs ƒScott’s Valley Sewer Rehabilitation | $350,000 – Rehabilitation of three manholes via cured-in-place manhole lining, 678 lf of 15” cured-in-place pipe lining, sewer bypassing for cured-in-place pipe lining, six manholes rehabilitated via epoxy manhole lining ƒFY 15 Gravity Line Rehabilitation | $653,000 – 2,829 lf cured-in-place pipe lining, one manhole rehabilitation, replacement in place of 916 lf 8” gravity main, two excavated gravity sewer repairs ƒAsset Management Plan Implementation Phase I | $70,000 – Prioritization and assessment of the District’s gravity sewers and pump stations. Included review of CCTV tapes for the critical portions of the system and support services for cured in place pipe lining of failed sections. ƒGravity Line Rehabilitation | $342,000 – 2,822 lf cured-in-place pipe lining, sag repairs, 7 manhole liners, and 5 CIPPL point repairs PROJECT SPECIFICATIONS Reference: Leucadia Wastewater District Robin Morishita 760.753.0155 X3007 Project Dates: 2006 — Present Project Value: $25,000,000 FIRM’S EXPERIENCE DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 4 ROCKS SPRINGS SEWER Vallecitos Water District The existing gravity sewer system within the general project area had been subject to periodic surcharging, particularly a reach of sewer that traversed an existing green belt surrounded by residences. Ardurra was retained by the Vallecitos Water District to prepare a planning and alignment alternatives study, followed by the design PS&E and preparation of environmental documents for CEQA compliance. The final project is comprised of 2,700 ft of 12”-15” gravity sewer alignment to replace an existing 8” sewer, cured-in-place pipe lining of 300 ft of 8” gravity sewer, new and rehabilitated manholes, improved access paths for sewer system operators, and improvements to the HOA greenbelt hardscape and landscaping. The Planning Study entailed preliminary hydraulic modeling to evaluate required pipe size and flow, a limited geotechnical investigation, and development of several alignment alternatives to relocate the pipe out of the green belt and private properties. Seven alternatives/sub-alternatives were developed and evaluated for advantages/disadvantages, constructability, geotechnical concerns, easement and property requirements, and costs. The recommended alternative called for upsizing the majority of the pipe along a parallel alignment (to relieve the surcharging problem) with re-alignment of certain pipe sections into the public right of way. The District subsequently engaged Ardurra to prepare the design plans, specifications and bid documents. The plans include the abandonment of the sewer main traversing private properties, connections to existing sewer manholes, pavement reconstruction requirements, and traffic control. The pipe design included requirements for trenchless construction where segments of the new sewer pass under the existing creek. Ardurra provided permit compliance support for the State Water Resources Control Board for NPDES General Permit for Storm Water Discharges: Risk Assessment, Site Maps, SWPPP, and Water Pollution Control Drawings. The Ardurra Team (via subconsultant Dudek) also prepared the environmental documents needed for CEQA compliance including Biological Resources Report, Noise Report, Hazardous Materials Memorandum, Cultural Resources Assessment, IS/MND, MMRP, NOI and NOD. PROJECT SPECIFICATIONS Reference: Vallecitos Water District Lito Santos, PE 760.744.0460 ext. 370 lsantos@vwd.org Project Dates: 2010 — 2016 Project Value: $2,000,000 FIRM’S EXPERIENCE DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 5 FIRM’S EXPERIENCE ADDITIONAL EXPERIENCE Our pipeline experience encompasses sizes up to 54-inch diameter and all pipe types including commonly used PVC and CIPP, as well as materials for special applications such as fusible PVC and HDPE. Our services have spanned hydraulic analyses, alignment studies, preliminary and final design, and construction support. The following table highlights some of our pipeline projects and their respective types and sizes: SEWER PIPELINES PROJECT/AGENCY DESCRIPTION SEWER REPLACEMENT FOR NEVADA AVENUE AND BODGER STREET AREA | CITY OF EL MONTE ƒApprox 4,000 lf 8” PVC sewer ƒ1,500 lf 12” PVC sewer ƒRehabilitation of several existing manholes ƒRelocation of over 100 sewer laterals to new sewer main OLIVENHAIN TRUNK SEWER IMPROVEMENTS | CITY OF ENCINITAS ƒ2,800 lf 15” trunk sewer LA SALINA FORCE MAIN IMPROVEMENTS | CITY OF OCEANSIDE ƒ18,000 lf 20” HDPE sewer force main BUENA VISTA FORCE MAIN REPLACEMENT | CITY OF OCEANSIDE ƒ9,000 lf 24-inch PVC ƒAuger bore & microtunnel CONDITION ASSESSMENT AND SEWER IMPROVEMENTS | CITY OF OCEANSIDE ƒ17,000 lf 24-inch sewer ƒ12,000 lf 42-inch force main MYERS/TAIT STREET SEWER REPLACEMENT PROJECT | CITY OF OCEANSIDE ƒ2,120 lf 16-inch CIPP sewer ƒ1,077 lf 30-inch PVC sewer ƒ3,200 lf 27-inch PVC sewer DISTRICT 3 & 4 SEWER MAIN REPLACEMENT | CITY OF POMONA ƒ10,000 lf 12”-15” VCP sewer OAK KNOLL TRUNK SEWER REPLACEMENT | CITY OF POWAY ƒ5,500 lf 27-inch PVC B2/B3 FORCEMAIN | LEUCADIA WASTEWATER DISTRICT ƒ2,600 lf 24” PVC sewer ƒ1,400 lf 14” PVC sewer BATIQUITOS INLET SEWER | LEUCADIA WASTEWATER DISTRICT ƒ900 lf 21-inch/24-inch PVC FORCE MAIN REPLACEMENT | LEUCADIA WASTEWATER DISTRICT ƒ9,000 lf 6”/10” PVC sewer DISCOVERY STREET SEWER REPLACEMENT | VALLECITOS WATER DISTRICT ƒ4,000 lf 12”/15” gravity sewer LAND OUTFALL SLIPLINING UNDER I-5* | VALLECITOS WATER DISTRICT ƒ800 lf 54-inch DIP gravity sewer *Award Winning Project DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 6 PROJECT MANAGER Jamie Fagnant, PE, QSD ARDURRA QA/QC Dolores Salgado, PE ARDURRA PIC/CONSTRUCTABILITY Amy Czajkowski, PE, CCM ARDURRA ORGANIZATIONAL CHART Ardurra’s proposed team for the City of Lake Elsinore’s Camino Del Norte Sewer Extension Project has the resources, capabilities, and commitment to deliver a successful project. The team, under the leadership of Jamie Fagnant, PE, QSD, as Project Manager, is well prepared to deliver a project on-time and within budget. Supporting Ms. Fagnant are Amy Czajkowski, PE, CCM and Dolores Salgado, PE as Principal-in-Charge and QA/QC Review, respectively. The organization chart to below depicts the roles and reporting structure for key staff available for the contract. PROJECT TEAM DESIGN SUPPORT TEAM DESIGN ENGINEERS Viet Vo, EIT ARDURRA Alejandra Silva ARDURRA SUBCONSULTANTS Geotechnical NINYO & MOORE Survey COZAD & FOX Potholing USI DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 7 JAMIE FAGNANT, PE, QSD PROJECT MANAGER Ms. Fagnant has been working in the water and wastewater field for 18 years and has extensive experience and a specific expertise in sewer design and rehabilitation. Ms. Fagnant has experience working with Cities, Water and Sewer Districts in the San Diego region and has a thorough understanding of industry standard design guidelines for the design and rehabilitation of sewers as well as a working knowledge of standard specifications and drawings for various agencies throughout San Diego County. Ms. Fagnant is very active in the engineering community, and served on the board of the San Diego Chapter WateReuse Association for seven years in various positions. RELEVANT EXPERIENCE: Rock Springs Sewer Project, Vallecitos Water District – Project Engineer to prepare a planning and alignment alternatives study, followed by the design PS&E and preparation of environmental documents for CEQA compliance. The final project is comprised of 2,700 ft of 12”-15” gravity sewer alignment to replace an existing 8” sewer, cured-in-place pipe lining of 300 ft of 8” gravity sewer, new and rehabilitated manholes, improved access paths for sewer system operators, and improvements to the HOA greenbelt hardscape and landscaping. City of Lemon Grove Sewer Rehabilitation and Upsizing, City of Lemon Grove – Project Engineer for the design of 3,480 lf of 8-inch cured- in-place pipe liner and upsizing of 4,942 lf of 6” and 8” sewer to 8” and 10”, respectively. FY16 Gravity Sewer Main Repairs, Leucadia Wastewater District – Project Engineer for the design of 3,131 linear feet of cured-in-place pipe lining, installation of a cured-in-place manhole liner and three sag repairs. Project also included the emergency installation of a 355 linear foot cured-in-place pipe liner for a badly corroded 10” cast iron gravity sewer on an expedited design basis. Lanikai Trunk Sewer Rehabilitation, Leucadia Wastewater District – Project engineer for the design of a cured-in-place pipe liner through North County Transit District right of way for a 21 inch vitrified clay trunk sewer. Cured-in-place pipe lining included analysis and inclusion of Cooper E80 rail loading on the fully structural pipe rehabilitation. Project challenges included detailing a conceptual bypass plan for bypassing the trunk sewer to the other side of the NCTD railway. Leucadia Scenic Cured-in-Place Pipe Lining, Leucadia Wastewater District – Project Engineer for the design of 2,018 linear feet of cured-in-place pipe lining in existing 12” gravity sewer. Project included obtaining Caltrans encroachment permit. Scott’s Valley Sewer Rehabilitation, Leucadia Wastewater District – Project Engineer for the design of 678 linear feet of cured-in-place pipe lining in existing 18” sewer, installation of four cured-in-place manhole liners, rehabilitation of seven sewer manholes by epoxy lining, development of a conceptual bypass and access plan in a sensitive environmental habitat. PROFESSIONAL REGISTRATION Registered Professional Engineer California No. C78967 EDUCATION San Diego State University B.S. Civil Engineering, 2006 CERTIFICATIONS California Board of Professional Engineers, Land Surveyors and Geologists (CBPELSG) Qualified SWPPP Developer (QSD) Certification #C78967 AFFILIATIONS American Society of Civil Engineers Chi Epsilon, Civil Engineering Honor Society WateReuse Association, San Diego Chapter, Director of Public Outreach SOFTWARE Primavera® P6 Project Management PROJECT TEAM DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 8 PROJECT TEAM Olivenhain Trunk Sewer Improvements Project, City of Encinitas – Project Engineer. The project addressed existing maintenance issues, improve system reliability, and provide better protection for water quality and habitat values in Escondido Creek and San Elijo Lagoon. Specific objectives included: rehabilitating 54 existing sewer manholes to reduce I&I, relocating 2,800 lf of the upper OTS out of the Escondido Creek floodplain and increasing its capacity to meet currently projected system needs, and providing environmentally appropriate access for maintenance vehicles along the remainder of the OTS. Project is currently in design. V2/V6 Planning & Alignment Study, City of Vista – Project Engineer. This project proposed to upsize approximately 3,389 feet of existing 12”-33” sewer to 15”-42” and 1,289 feet of existing 10” to 15”. The upsizing included a new trenchless crossing of state route 78. Ardurra teamed with Brierley & Associates to complete a planning study assessing project hydraulics, identifying traffic and environmental impacts, and investigating the feasibility of trenchless construction for the sewer upsizing. Condition Assessment of the Land Outfall, Gravity Main and Force Main, City of Oceanside – Condition Assessment Project Manager. Working closely with Arcadis, the project included condition assessment and related capital improvement projects for the City’s 24” Land Outfall, 24” Gravity Line and 42” Force Main. Selected condition assessment technologies include a variety of external and internal thickness testing tools. L1 West Side Sewer Force Main Replacement, Leucadia Wastewater District – Project Engineer for the design of 2,594 linear feet of 24” sewer force main replacement and associated appurtenances. Project included obtaining permits from multiple agencies including Caltrans, North County Transit District and the City of Encinitas. Project included installation of flexible expansion joints on the existing ductile iron bridge crossing. B1/B2 Sewer Force Main Replacement, Leucadia Wastewater District – Project Engineer for the design of 8,527 linear feet of 24” sewer force main and 14” secondary effluent force main. Ms. Fagnant also supported Ardurra’s environmental department to prepare a Mitigated Negative Declaration for the project. Mitigation measures from the MND were incorporated into the contract documents. FY15 Gravity Sewer Main Repairs, Leucadia Wastewater District – Project Engineer for the design of 2,272 linear feet of cured-In-place pipe lining, two cured-In-place manhole liners, two sag repairs and two cured-In-place pipe patch rehabilitations. Recycled Water Line Creek Crossing, Leucadia Wastewater District – Project Engineer for the design of a 330 linear foot crossing of San Marcos Creek via horizontal directional drilling for a replacement 12” recycled waterline with fusible PVC. Project also included installation of an isolation valve via the use of a linestop and replacement of an isolation valve and installation of a blow off on the District’s Gafner Water Reclamation Facility site. Project challenges included timing construction to coincide with the closure of the Omni La Costa Golf Course and specific contract requirements to limit damage to the fairway and install replacement turf. Industry Road Trunk Sewer Replacement, County of San Diego – Project Engineer for the design of 325 linear feet of 8” gravity sewer, 92 linear feet of 21” gravity sewer, and 2,464 linear feet of 18” gravity sewer. South Oceanside Waterline Replacement & Sewer Upsizing, City of Oceanside – Project Engineer for the design of 7,400 lf of replacement water distribution main and 2,771 lf of sewer upsizing to 8-inch, with 4 manhole rehabilitations and 8 manhole replacements, within residential areas of south Oceanside. The project encompassed evaluation of replace in place versus parallel alignments as well as re-routing of several existing water services in order to eliminate a problematic alley main. Final contract documents have been submitted. L1 Sewer Force Main Destructive Testing, Leucadia Wastewater District – As Project Engineer, Ms. Fagnant analyzed the dual 24” sewer force main system to assess the feasibility of utilizing a non-destructive free swimming inspection tool. L1 Sewer Force Main Non-Destructive Testing, Leucadia Wastewater District – As Project Engineer Ms. Fagnant developed contract documents for removal of a ten foot section of existing 24-inch ductile iron force main. Ms. Fagnant provided recommendations for repair based on inspection of the force main section and available CCTV inspection of the upstream and downstream sections of the pipe adjacent to the destructive testing location. JAMIE FAGNANT, PE, QSD DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 9 PROJECT UNDERSTANDING The City of Elsinore is proposing to install approximately 1,225 linear feet of the new 8-inch diameter polyvinyl chloride pipe (PVC) sewer. The Elsinore Valley Municipal Water District (District) would provide oversight of the design review process. Design and construction standards for new sewers will comply with the District’s requirements. The sewer would extend easterly from an existing sewer manhole located 380 feet southeast of the Main Street and Camino Del Norte intersection. We have reviewed the information provided with the Request for Proposal (RFP) and the associated record drawing and have developed our scope and approach to be responsive to the provided RFP. SUMMARY OF THE PROPOSED PIPELINE 1. Pipe size: 8-inch diameter 2. Permanent Easement width: none, within existing right-of-way 3. Existing cover: ranges between 8-feet below ground surface to 9-feet bgs 4. Length: 1,225 linear feet 5. Material: PVC 6. Jurisdiction: City of Lake Elsinore APPROACH Ardurra values our relationships with the City of Elsinore and Elsinore Valley Municipal Water District and appreciates the opportunity to propose on this project. We understand the importance of completing capital improvement projects on budget and on schedule and we have prepared this proposal and associated staffing levels with the highest priority in consideration of the City’s and District’s goals and objectives. TECHNICAL APPROACH The first step in providing the City with the best, most cost-effective alignment option, will be to evaluate the site constraints. Initiating the data collection process, including the geotechnical investigations, surveying and mapping immediately upon Notice to Proceed will accelerate the project schedule. Our comprehensive utility research and mapping practices will begin immediately and our thorough utility documentation will continue throughout design. By conducting these investigations early on, we can quickly identify and provide design solutions to provide the most cost effective vertical and horizontal alignment. Optimization of the Pipeline Design: The 8-inch diameter sewer will be designed not only for minimum cover over the pipeline, but with consideration of the potential for future water crossings and parallel alignment. For new sewer construction it is imperative to include potholing of existing utilities that cross the proposed alignment to minimize the potential for change orders during construction. We have included Underground Solutions on our team who have experience obtaining timely encroachment permits from the City of Elsinore, critical to streamlining the potholing process and keeping the project on schedule. PROJECT UNDERSTANDING & SCOPE OF WORK DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 10 PROJECT UNDERSTANDING & SCOPE OF WORK Hydraulic Verification: During preliminary design, Ardurra will verify the flow depth and dry weather cleansing velocity for the new 8-inch diameter sewer. The evaluation will be limited to calculating the new pipeline velocities using the existing wet and dry weather maximum daily flows provided by the District. Pipeline Materials: The City and District has assumed the use of PVC pipe material for the project. Gravity PVC pipe material is typically used for new sewer installations between 5’ and 15’ in depth. Occasionally, alternate pipeline materials are considered due to depth or to satisfy “upgraded material” requirements where the sewer is located within 10-feet of a potable waterline. Ardurra will identify the potential for alternate pipe materials during preliminary design. Division of Drinking Water (DDW): Existing potable waterlines will be identified within the project corridor. The design will include Title 22 requirements to maintain 10-foot clearance between the new sewer line and existing potable water lines. In the event this minimum clearance cannot be met due to site conditions, Ardurra will assist the City and District in submitting for a waiver from DDW. UTILITY RESEARCH APPROACH Utility research and plotting is a critical component of project success. Ardurra will perform utility research and obtain up to date maps at the beginning of design to accurately plot existing utilities. The confidence in the location of the existing utilities is accomplished by strictly adhering to Ardurra’s established utility research procedure. Central to our technical approach to any underground or pipeline project is a time-tested, methodical, and detailed utility research and plotting procedure that provides for a high level of confidence with respect to the locations of subsurface utilities. Our data collection and plotting efforts will include in house checklists designed to capture available utility data and provide redundancy to ensure no utilities slip through the cracks. This procedure will be discussed and included as a part of Ardurra’s Quality Assurance Plan for the project. Ardurra has designed hundreds of miles of pipeline using these utility research procedures and has an excellent track record of avoiding conflicts with existing utilities. PROJECT MANAGEMENT AND ADMINISTRATION APPROACH Key to the success of a well-executed pipeline project is effective project management. Ardurra’s management approach is designed to accomplish two ends: ƒto ensure vigilant and proactive management of budget, schedule, and work quality ƒto make it easy for the City to manage Ardurra Achieving these goals depends equally on having proven project management procedures in place and diligently executed, and on our 100% commitment to listen actively and understand the City’s goals and objectives for this project, focus our work activities accordingly, and deliver on the City’s expectations. Ardurra’s project management approach provides well-structured procedures to plan, execute, and track the work while communicating effectively within the team, with the City and with the project stakeholders. QUALITY ANALYSIS/QUALITY CONTROL (QA/QC) APPROACH Ardurra’s thorough and vetted QA/QC process ensures our projects will be reviewed for conformance to District Standards, good design practices, and constructability, that comments will be incorporated, and that QA/QC comments will be backchecked. In addition, we include construction management and inspection professionals with specific knowledge in trenchless rehabilitation in our QA/QC team to perform a constructability review. This review is seamless with the QA/QC process and helps minimize change orders and keep the project on budget and on schedule. ALL project deliverables will be reviewed through Ardurra’s interdepartmental QA/QC process. DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 11 SCOPE OF WORK Ardurra proposes the following exceptions to the scope of work as proposed in the Camino Del Norte Sewer Extension Request for Proposal. ƒEliminate 30% design submittal. In lieu of a full design submittal the PDR will be completed with an figure documenting the proposed preferred alignment. ƒRevise Geotechnical borings to three, one at the beginning of the proposed alignment, one at the end, and one at the midway point (approximately every 600’). ƒEliminate potholing. The area proposed for improvement is unimproved, and the proposed sewer is expected to be deep compared to dry utilities. If utilities are identified that need potholing during preliminary design Ardurra will make potholing recommendations and provide a scope and fee for potholing. ƒEliminate 60% submittal. The proposed project is expected to comprise two plan and profile sheets at 40 scale. In addition, the District’s standards for basic sewer construction is well defined. Proceeding directly to 90% would streamline design cost and schedule while still allowing a robust design submittal approach. PROJECT UNDERSTANDING & SCOPE OF WORK DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 12 ID Task Name Duration 1 PROJECT 135 days 2 Project NTP 0 days 3 Task 1 - Project Review 15 days 4 Task 2 - KO and Progress Meetings 0 days 5 KO Meeting 0 days 6 Task 4 - Surveying Services 45 days 7 Task 5 - Geotechnical 75 days 8 Draft Geotechnical Report 60 days 9 City/District Review 3 wks 10 Final Geotechnical Report 0 days 11 Task 3 - Preliminary Design and 30% Plans125 days 12 Data Collection 30 days 13 Utility Mapping 3 days 14 Draft PDR 4 wks 15 City/District Review/Progress Meeting 3 wks 16 Final PDR 3 wks 17 CEQA Initial Study 30 days 18 Task 8 - 90% Submittal 30 days 19 90% Submittal 3 wks 20 City/District Review/Progress Meeting 3 wks 21 90% Design Complete 0 days 22 Task 9 - Final Submittal 10 days 23 Final Submittal 2 wks 24 Design Phase Complete 0 days 10/4 10/4 KO Meeting Task 4 - Surveying Services 12/8 Draft Geotechnical Report 1/4 City/District Review 1/25 Final Geotechnical Report 1/25 Data Collection 11/15 Utility Mapping 12/13 Draft PDR 1/11 City/District Review/Progress Meeting 2/1 Final PDR 2/22 CEQA Initial Study 4/5 90% Submittal 3/15 City/District Review/Progress Meeting 4/5 90% Design Complete 4/5 Final Submittal 4/19 Design Phase Complete 4/19 Oct Nov Dec Jan Feb Mar AprQtr 4, 2022 Qtr 1, 2023 Qtr 2, 2023 PROJECT SCHEDULE City of Lake Elsinore Camino Del Norte Sewer Extension DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CAMINO DEL NORTE SEWER EXTENSION | CIP Z30016City of Lake Elsinore 13 Principal QA/QC Project  Manager Engineer II Admin A.  Czajkowski D. Salgado J. Fagnant A. Silva H. Hook $290 $250 $240 $160 $105 TASK 1 PROJECT REVIEW $2,210 1.1 General 4 4 $960 $960 1.2 Permits 2 2 $480 $480 1.3 Environmental 1 2 3 $770 $770 TASK 2 KICK‐OFF AND PROGRESS MEETINGS $4,330 Kick‐Off Meeting 1 1 2 4 $1,020 $250 $1,270 Progress Meetings (3 total)3 3 6 12 $3,060 $3,060 TASK 3 PRELIMINARY DESIGN AND 30% PLANS $12,680 Data Collection 4 16 20 $2,320 $2,320 Utility Mapping 10 10 $1,600 $1,600 Pipe Materials Options 2 4 6 $1,120 $1,120 Draft PDR 4 16 4 24 $3,940 $200 $4,140 Final PDR 4 12 4 20 $3,300 $200 $3,500 TASK 4 SURVEYING SERVICES $15,894 Surveying and Mapping 2 2 $480 $14,680 $15,414 $15,894 TASK 5 GEOTECHNICAL $28,925 Geotechnical Investigations (7 total)2 2 $480 $200 $26,900 $28,245 $28,925 TASK 8 90% SUBMITTAL $14,300 Permit Coordination 2 12 14 $2,400 $2,400 Plans (2 plan/profile sheets)1 8 20 29 $5,410 $5,410 Technical Specifications 1 10 8 19 $3,530 $3,530 Cost Estimate 2 4 6 $1,120 $1,120 Calculations 4 4 $640 $640 Deliverable 2 4 6 $900 $300 $1,200 TASK 9 FINAL SUBMITTAL $10,540 Plans (2 plan/profile sheets)1 8 16 25 $4,770 $4,770 Technical Specifications 1 8 8 17 $3,050 $3,050 Cost Estimate 1 4 5 $880 $880 Calculations 4 4 $640 $640 Deliverable 2 4 6 $900 $300 $1,200 TASK 10 BIDDING SERVICES $1,250 Pre‐Bid Meeting 1 2 3 $770 $770 RFIs (3 total)$0 $0 Addenda (1 total)1 1 $240 $240 Conformed Set 1 1 $240 $240 TASK 11 RECORD DRAWINGS $2,970 Prepare record drawings 16 16 $2,560 $2,560 Deliverable 2 2 $210 $200 $410 TASK 12 ENGINEERING SERVICES DURING CONSTRUCTION $12,670 Preconstruction meeting 1 2 3 $770 $200 $970 Submittals (30 total)30 12 42 $6,060 $6,060 Construction progress meetings (4 total)4 4 8 $2,120 $2,120 Change orders (2 total)2 4 6 $1,120 $1,120 Request for Information 2 12 14 $2,400 $2,400 TASK 13 QA/QC AND PROJECT ADMINISTRATION $13,410 QA/QC 4 16 8 28 $7,080 $7,080 Response to Comments 4 2 6 $1,170 $1,170 Monthly Progress Reports 4 4 $960 $960 Project Schedule 4 4 $960 $960 Billing and Invoicing 10 8 18 $3,240 $3,240 Subtotal Hours 19 20 117 172 72 400 Subtotal Fee $5,510 $5,000 $28,080 $27,520 $7,560 $73,670 $1,850 $14,680 $0 $26,900 $43,659 $119,179 $119,179 Task/ Subtask Subtask Labor Hours Subtask Labor CostTask/Subtask Description Subcontractor Survey Cozad & Fox TOTAL NOT‐TO‐EXCEED FEE: Direct  Cost Total  Subcontract incl 5% MU Total Cost Subcontractor Geotechnical Ninyo &  Moore Subcontractor  Utility  Potholing  USI FEE SCHEDULE CITY OF LAKE ELSINORE DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH- STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 9/29/2022 (703) 827-2277 (703) 827-2279 20508 Ardurra Group, Inc. 4921 Memorial Highway Suite 300 Tampa, FL 33634 20478 35289 20079 A 1,000,000 6075640222 1/1/2022 1/1/2023 1,000,000 Contractual Liab.15,000 1,000,000 2,000,000 2,000,000 1,000,000B 6075640236 1/1/2022 1/1/2023 15,000,000C 6075640270 1/1/2022 1/1/2023 15,000,000 10,000 C 6075640253 1/1/2022 1/1/2023 1,000,000 N 1,000,000 1,000,000 D Professional Liab.42-EPP-306878-04 1/1/2022 Per Claim/Aggregate 2,000,000 RE: ALL PROJECTS/OPERATIONS The City of Lake Elsinore, CA is included as additional insured with respect to General Liability, Automobile Liability, and Umbrella Liability when required by written contract. General Liability includes Additional Insured coverage for Completed Operations as required by written contract. General Liability, Automobile Liability, and Umbrella Liability are primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and when required by written contract. General Liability, Automobile Liability, Workers Compensation, and Umbrella Liability policies include a waiver of subrogation in favor of the additional insureds where permissible by state law and when required by written contract. Umbrella Liability coverage sits excess over General Liability, Automobile Liability and Employers’ Liability coverage. City of Lake Elsinore, CA 130 South Main Street Lake Elsinore, CA 92530 ARDURRA-01 KGODWIN Ames & Gough 8300 Greensboro Drive Suite 980 McLean, VA 22102 admin@amesgough.com Valley Forge Insurance Company A(XV) National Fire Insurance Company of Hartford A(XV) Continental Insurance Company A(XV) National Fire & Marine Insurance Company X 1/1/2023 X X X X X X X X DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3 CITY OF LAKE ELSINORE TO BE POSTED IN A CONSPICUOUS PLACE Business Name: Business Location: Owner Name(s): BUSINESS LICENSE NO. Issue Date: Description: Expiration Date: BUSINESS LICENSE THIS IS YOUR LICENSE • NOT TRANSFERABLE 14271 DANIELSON ST Business Type: POWAY, CA 92064-8818 ARDURRA GROUP, INC. 4921 MEMORIAL HWY STE 300 TAMPA, FL 33634-7507 This business license is issued for revenue purposes only and does not grant authorization to operate a business. This business license is issued without verification that the holder is subject to or exempted from licensing by the state, county, federal government, or any other governmental agency. Administrative Services - Licensing 130 South Main Street, Lake Elsinore, CA 92530 PH (951) 674-3124 ARDURRA GROUP, INC. . CONSULTING SERVICES PROVIDING ENGINEERING AND CONSULTING SERVICES 027174 9/29/2022 9/30/2023 Starting January 1, 2021, Assembly Bill 1607 requires the prevention of gender -based discrimination of business establishments. A full notice is available in English or other languages by going to: https://www.dca.ca.gov/publications/ DocuSign Envelope ID: FD399DB8-D624-4D55-883C-AE9F3C92FEE3