Loading...
Malcolm Drilling Company Inc - FY2024-043Project Name/No.: Emergency Hydraugers Project Contract No.: Project Manager: David Copp, Deputy Director of Public Works Approved: May 7, 2024 01203.0023/981706.1 1 PUBLIC WORKS AGREEMENT BETWEEN THE CITY OF RANCHO PALOS VERDES AND MALCOLM DRILLING COMPANY, INC. THIS PUBLIC WORKS AGREEMENT (“Agreement”) is made and entered into on May 7, 2024 by and between the City of Rancho Palos Verdes, a California charter city (“City”) and Malcolm Drilling Company, Inc. a California corporation (“Contractor”). City and Contractor may sometimes be referred to herein as a “Party” or collectively as the “Parties.” RECITALS A. The City of Rancho Palos Verdes is home to three active Landslide Complexes commonly known as : the Portuguese Bend Landslide (the “PBL”), the Abalone Cove Landslide (the ACL), and the Klondike Canyon Landslide, also known as the Greater Portuguese Bend Landslide Complex, or Landslide Complex. The landslides have been active since the 1950s. B. The 2022-2023 rainy season brought exceptional amounts of rain to the region. The 2022-2023 rainy season dumped about 190% of the average annual rainfall in the region, with the region experiencing 20.9” of rain. As a result of the increased amount of rain, all the Landslide Complex have been subject to an alarming increase in land movement. C. As of April 26, 2024, total rainfall for the 2023-24 season (beginning Oct 1, 2023) was 23.01". This is 169% of the historical 67-year average of 13.63" for this rain gauge. (All data based on LACDPW Rainfall Gauge No. 1011B at Rolling Hills FS.) D. Beginning in 2018, but particularly since May of 2023, the land movement in the Landslide Complex has increased significantly due to increased rainfall in the last two rainy seasons, which caused the water table to rise dramatically and destabilize the landslides. The City has established, via repeated geologic studies, that a significant factor in the speed of land movement in the Districts is the amount of water in the soil. E. Chapter 2.44 of the Rancho Palos Verdes Municipal Code (“RPVMC”) details the powers and responsibilities of the City during emergency circumstances, which is defined in Section 2.24.020 as “the actual or threatened existence of conditions of disaster or of extreme peril to the safety of persons and property within this city caused by such conditions as air pollution, fire, flood, storm, epidemic, riot, or earthquake, or other conditions, including conditions resulting from war or imminent threat of war, but other than conditions resulting from a labor controversy which conditions are or are likely to be beyond the control of the services, personnel, equipment and facilities of this city, requiring the combined forces of other political subdivisions to combat.” F. After consideration of all facts reasonably available, on October 3, 2023, the City Council proclaimed the existence of a state of local emergency within the Landslide Complex. The state of emergency was extended, as required by statute, on November 14, 2023, December 19, 2023, February 6, 2024, March 19, 2024, and May 7, 2024. The state of emergency is anticipated to continue throughout the execution of the work. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -2- 01203.0023/981706.1 G. On February 4, 2024, Governor Newsom declared a state of emergency for Southern California (including Los Angeles County) on the basis of a powerful storm that would make landfall in the following days. 8.29" of rain were recorded from February 1 through February 9. on the Palos Verdes Peninsula region. On April 15, 2024, the President declared a federal disaster for the areas affected by the severe winter storms, tornadoes, flooding, landslides and mudslides from January 31 to February 9, 2024. H. Pursuant to the authority conferred to it by RPVMC Chapter 2.24 and Section 2.42.060, as well as Public Contracts Code Section 22035, the City Council has the authority to bypass the City’s bidding requirements for a public project to address an emergency, provided the City complies with the requirements of Public Contracts Code Section 22050. I. The City developed the Portuguese Bend Landslide Remediation Project (“Remediation Project”) to remediate movement from the PBL. In spring 2017, the City Council appointed then-Mayor Pro Tem Jerry Duhovic and then-Council Member Ken Dyda to a subcommittee to identify possible solutions or strategies to remediate the PBL. This subcommittee was formed to begin a collaborative process with community stakeholders and professional experts from Daniel B. Stephens & Associates, Inc. and Geo-Logic Associates, Inc. (“GLA”) to identify possible engineering solutions to remediate the PBL. Additionally, to provide a forum for stakeholder involvement, the City Council convened a committee of concerned residents to chart a path toward significantly reducing movement of the PBL. J. On January 16, 2018, following a series of public workshops, Staff presented the City Council with a draft Feasibility Study, and on June 18, 2018, a public workshop was conducted to provide residents with a summary of the Feasibility Study and answers to their questions. On August 7, 2018, Staff presented the City Council with the Updated Feasibility Study. The City Council then authorized Staff to move forward with the preliminary design of the Remediation Project. K. In sum, the Remediation Project consists of filling fissures to prevent water infiltration, construction of a drainage swale to convey stormwater to the ocean, and installation of hydrauger drain arrays to intercept groundwater and extract artesian underground water; which are all measures to prevent water from entering the ground and contributing to movement. As development of the project was continuing through the California Environmental Quality Act (“CEQA”) and final engineering process, conditions of the PBL dramatically changed. The rate of movement increased by orders of magnitude. The project as originally envisioned will not be viable unless the landslide is first stabilized to an acceptable rate of movement such that the various components of the project can be installed and withstand land movement, which would not be the case at current rates of movement. L. Therefore, in conjunction with GLA, the City has been developing an emergency stabilization project. The new project, the Emergency Hydraugers Project, consists of installing emergency hydrauger arrays with underground drains to extract water. These measures must be installed immediately to stabilize the area because the current rate of movement, if not significantly slowed, will result in severe impacts to public infrastructure, utilities, and residential structures. The land movement will cause the eventual closure of Palos Verdes Drive South, a vital arterial roadway that carries approximately 15,000 vehicles per day and is an essential evacuation route. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -3- 01203.0023/981706.1 The land movement may also result in the rupturing of twin sewer trunk lines that serve thousands of homes. The movement has damaged utility poles with their electric and communications wires. Many homes are at risk of red-tagging due to land movement. Finally, the PBL must be stabilized to facilitate the Remediation Project. M. Installation of the emergency hydraugers and the associated work requires a specialty contractor. The pool of such contractors is very limited and the same is true for their availability, especially when they are asked to respond in a very short time. On behalf of the City, the GLA team screened a dozen drilling contractors with directional drilling capability, which is necessary for the emergency hydraugers. Upon completion of the screening process, three contractors that could meet the project requirements (i.e., directionally drill wells of required diameter and length, and reach the target depth of 150 feet below the landslide surface) were interviewed by GLA on behalf of the City to further vet their technical capabilities and experience. The interview process revealed that only two of these contractors can meet the project requirements in their entirety, Malcolm Drilling, Inc. (Malcolm) and Ellingson DTD (Ellingson). Both contractors visited the project site twice and worked with GLA to further understand the scope of work. Ultimately, the two contractors determined that they could only meet the project objectives and timeline by combining their resources, with Malcolm as the prime contractor and Ellingson as the sub-contractor. Staff directed GLA to use this expedited approach to procuring a construction contractor because it would otherwise take several months to go through the formal bidding process, which would significantly delay the start of construction with potentially catastrophic consequences for the PBL. N. Completing plans, specifications, construction documents, and cost estimates for two hydraugers and associated work is very specialized and complex, making it very time consuming, typically taking more than one year to complete. Given the nature of the emergency, an unconventional approach to the design was needed. Staff determined that the fastest approach to constructing the emergency hydraugers is a staged approach where design is progressed to a point where construction can commence while design continues in stages that remain ahead of the progress of construction. This means that the details of the staged scopes of work and their costs will need to be negotiated on an ongoing basis as construction advances, as further articulated in Exhibit A. When also considering that data collected during construction will be used to confirm design assumptions and inform any modifications, as well as the continued movement and changing groundwater conditions, the staged approach to design and construction becomes even more necessary. O. Therefore, based on the foregoing, the Parties desire to formalize the selection of Contractor for performance of the services and desire that the terms of that performance be as particularly defined and described herein. AGREEMENT NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the Parties agree as follows: DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -4- 01203.0023/981706.1 ARTICLE 1. CONTRACTOR SERVICES 1.1 Scope of Work. The Contractor shall perform all of the work, furnish all labor, materials, equipment, tools, utility services, and transportation, and comply with all of the specifications and requirements set forth in the Bid Documents for the project entitled Emergency Hydraugers Project (“Project”), in accordance with the terms and conditions of this Agreement (the “Scope of Work”), which may be referred to herein as the “services” or “work” hereunder. All such work shall be performed in a good and workmanlike manner, as reasonably determined by the City, and shall be performed in strict compliance with the Bid Documents and all local, state, and federal laws and regulations. As used herein, “Bid Documents” refers to all of the documents included in the solicitation of bids for the Project and Contractor’s bid proposal(s), including but not limited to, the Request for Bids issued by Geo-Logic Associates, Inc., on behalf of the City, Summary of Work, Instructions to Bidders, Bid or Bid Proposal (attached hereto as Exhibit A-1 and incorporated by reference), General Provisions, Special Provisions, Plans, Drawings, and Addenda, and any other documents included, referenced, or incorporated therein, and includes additional documents related to the Project which may be generated after the execution of this Agreement. The Bid Documents are incorporated into this Agreement. In the event of any conflict or inconsistency between the terms of the Bid Documents and this Agreement, the terms of this Agreement shall govern. The work will proceed on a phased basis, as further articulated in Exhibit A. 1.2 Incorporation of Greenbook. The provisions 2021 Edition of the Standard Specifications for Public Works Construction, including any updates, amendments, or addenda thereto (“Greenbook”) are incorporated herein, except as explicitly modified by the Bid Documents. In the event of any conflict or inconsistency between the provisions of the Greenbook and this Agreement, the terms of this Agreement shall govern. 1.3 Incorporation of Contractor’s Standard Agreement. The provisions of Contractor’s Standard Agreement And General Conditions Between Owner And Constructor For A Public Works Project (“Contractor’s Agreement and Conditions”) are attached hereto as Exhibit B and incorporated by reference. In the event of any conflict or inconsistency between this Agreement and Contractor’s Standard Agreement, this Agreement shall govern and take precedence over Contractor’s Agreement and Conditions. 1.4 Compliance with Labor and Wage Laws. (a) Public Work. The Parties acknowledge that the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Contractor shall post job site notices, as prescribed by state law and DIR regulations. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -5- 01203.0023/981706.1 (b) Registration with DIR. Pursuant to Labor Code Section 1771.1, Contractor and all subcontractors must be registered with, and pay an annual fee to, the DIR prior to and during the performance of any work under this Agreement. Contractor shall notify the City in writing immediately, and in no case more than 24 hours, after receiving any information that Contractor’s or any of its Subcontractors’ DIR registration status has been suspended, revoked, expired, or otherwise changed. (c) Prevailing Wages. Contractor shall pay prevailing wages as required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Contractor acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Contractor shall post a copy of the same at each job site where work is performed under this Agreement. If this Agreement is subject to the payment of federal prevailing wages under the Davis-Bacon Act (40 U.S.C. § 3141 et seq.), then Contractor shall pay the higher of either the state for federal prevailing wage applicable to each laborer. (d) Penalty for Failure to Pay Prevailing Wages. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Contractor shall, as a penalty to the City, forfeit $200 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. (e) Payroll Records. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (f) Apprentices. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. It is anticipated that the Project will provide no apprenticeable occupations. (g) Eight-Hour Work Day. Contractor acknowledges that 8 hours labor constitutes a legal day’s work. Contractor shall comply with and be bound by Labor Code Sections 1810 and 1811. As required under Labor Code Section 1812, Contractor and each of its subcontractors shall keep an accurate record showing the name of and actual hours worked each calendar day and each calendar week by each worker employed by them in connection with the work performed under the terms of this Agreement. Failure to comply with these sections of the DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -6- 01203.0023/981706.1 Labor Code will subject the Contractor to penalty and forfeiture provisions of the Labor Code Section 1813. (h) Penalties for Excess Hours. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit $25 for each worker employed in the performance of this Agreement by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code Section 1815, work performed by employees of Contractor in excess of 8 hours per day, and 40 hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than 1.5 times the basic rate of pay. (i) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Contractor certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” (j) Contractor’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Contractor shall be responsible for such subcontractor’s compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor’s compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits, registrations, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -7- 01203.0023/981706.1 1.6 Familiarity with Work. By executing this Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the Scope of Work to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. Contractor warrants that Contractor has or will investigate the Project site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. 1.7 Discovery of Unknown Conditions. (a) Pursuant to Public Contract Code Section 7104, Contractor shall promptly, and before the following conditions are disturbed, notify the City, in writing, of any: (i) material Contractor believes may be hazardous waste as defined in Section 25117 of the Health & Safety Code required to be removed to a Class I, II, or III disposal site in accordance with existing law; (ii) subsurface, unknown, or latent physical conditions at the Project site, materially different from those indicated by information about the Project site made available to bidders prior to the deadline for submitting bids on the Project; or (iii) unknown physical conditions at the Project site of any unusual nature, different from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Agreement, and will materially affect the performance of Contractor’s services hereunder. (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in Contractor’s cost of, or the time required for, the performance of any part of the work, the City shall issue a Change Order in accordance with Section 1.11 of this Agreement. (c) The drilling operations performed by Contractor and/or its subcontractors in strict conformance with the Project plans & specifications may impact the current slide conditions. City shall defend, indemnify, and hold Contractor and/or its subcontractors harmless from any and all liability suits, claims, costs, and expenses, including reasonable attorneys’ fees which may arise out of a change in the slide conditions due to the performance of Contractor’s work. (d) In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor’s cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date set, but shall proceed with all work to be performed under this Agreement. Contractor shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the Parties. 1.8 Unidentified Utilities. To the extent required by Government Code Section 4215, City will compensate Contractor for the cost of locating, repairing damage not due to the failure of Contractor to exercise reasonable care, and removing or relocating utility facilities not identified by City in the Bid Documents with reasonable accuracy, and for equipment on the Project necessarily idled during such work. Nothing herein shall be deemed to require City to indicate the presence of existing service laterals or DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -8- 01203.0023/981706.1 appurtenances whenever the presence of such utilities on the Project site can be inferred from the presence of other visible facilities, such as buildings, meters, and junction boxes, on or adjacent to the Project site of the construction; provided, however, nothing herein shall relieve City from identifying main or trunklines in the plans and specifications. If Contractor, while performing the work, discovers utility facilities not identified by City in the plans or specifications, Contractor shall immediately notify City and the utility in writing. This Agreement is subject to Government Code Sections 4126 through 4216.9. Contractor must notify utilities and obtain an identification number before excavation or be subject to liability for damages to subsurface installations. 1.9 Trench Excavation. Pursuant to Labor Code Section 6705, if this Agreement is for more than $25,000 and requires the excavation of any trench or trenches five feet or more in depth, Contractor shall submit, in advance of such excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. The plan shall be reviewed and accepted by the City, or a registered civil or structural engineer employed by the City to whom authority has been delegated, prior to the excavation. If the plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer. This Section 1.8 shall not be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders (set forth in the California Code of Regulations, Title 8, Subchapter 4). This Section 1.8 shall not be construed to impose tort liability on the City or any of its employees. Full compensation for sheeting, shoring, bracing, sloping, and all other provisions required for worker protection shall be considered as included in the contract price shown in the appropriate Bid item in the Bid Documents, and no additional compensation will be allowed therefor. 1.10 Protection and Care of Work and Materials; Safety of Personnel. (a) The Contractor shall adopt reasonable methods in light of the land movement conditions where the work will occur, including providing and maintaining storage facilities, during the life of this Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as caused by City’s own negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall not, without City’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the work. (b) Notwithstanding any provision of this Agreement or the Bid Documents, all work is to be accomplished at the direction of the Project Manager. Contractor will only perform work which is solely determined by Contractor to be safe for Contractor’s personnel and within the safe limits and capabilities of Contractor’s equipment. In the event Contractor determines any work to be unsafe, Contractor shall so notify the Project Manager in writing and with specificity within 24 hours of discovering unsafe conditions. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -9- 01203.0023/981706.1 (c) In the event that drilling operations undertaken by Contractor and/or its subcontractors in strict accordance with the Project plans & specifications, result in the loss or damage of any tooling, equipment, or materials owned by Contractor and/or its subcontractors, City agrees to compensate Contractor and/or its subcontractors for the value of such lost or damaged items. 1.11 Warranty. (a) The warranty provisions of this Agreement apply to defective of faulty materials and equipment. Materials, equipment, or work product damaged by the movement of the land shall not be subject to the warranty provisions of this section. Additionally, the parties reserve the right to negotiate for specific warranty as part of each Task Proposal negotiation, and any such Task Proposal and related Change Order will control over this general warranty section. (b) Contractor warrants all work under this Agreement (which for purposes of this Section 1.11 shall be deemed to include unauthorized work which has not been removed or corrected and any non-conforming construction or materials incorporated into the work) to be of good quality and free from any defective or faulty material and workmanship. (c) Contractor agrees that for a period of one year (or the period of time specified elsewhere in this Agreement, or the Bid Documents, or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the work, whichever is later) after the date of final acceptance by the City for the Project, Contractor shall within 10 days after being notified in writing by the City of any defect in the work or non-conformance of the work to the requirements under this Agreement, commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense. (d) Notwithstanding the foregoing, Contractor shall act as soon as requested by the City in response to any emergency condition or situation. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace any portions of the work (or work of its sub- contractors) damaged by its defective work or which becomes damaged in the course of repairing or replacing defective work. For any work so corrected, Contractor’s obligation hereunder to correct defective work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of this Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. (e) All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement or the Bid Documents, to the reasonable satisfaction of the City, DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -10- 01203.0023/981706.1 the City shall have the right to correct and replace any defective or non-conforming work at Contractor’s sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 1.12 Inspection by City. In connection with the performance of this Agreement, the City shall have the authority to enter the worksite at any time for the purpose of identifying the existence of conditions, either actual or threatened, that may present a danger or hazard to any and all employees. The Contractor agrees that the City, in its sole authority and discretion, may order the immediate abatement of any and all conditions that may present an actual or threatened danger or hazard to any and all employees at the worksite. The Contractor acknowledges the provisions of Section 6400 of the Labor Code, which requires that employers shall furnish employment and a place of employment that is safe and healthful for all employees working therein. In the event the City identifies the existence of any condition that presents an actual or threatened danger or hazard to any or all employees at the worksite the City is hereby authorized to order the immediate abatement of that actual or threatened condition pursuant to this section. The City may also, at its sole authority and discretion, issue an immediate stop work order to the Contractor to ensure that no employee working at the worksite is exposed to a dangerous or hazardous condition. Any stop work order issued by the City to the Contractor in accordance with the provisions of this section shall not give rise to any claim or cause of action for delay damages by the Contractor or the Contractor’s agents or subcontractors against the City. 1.13 Additional Work and Change Orders. (a) City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Work or make changes to the work by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written change order is first given by the Project Manager to the Contractor, incorporating therein any adjustment in (i) the Contract Sum (as defined below), and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor (Change Order). All Change Orders must be signed by the Contractor and Project Manager (or his or her designee) prior to commencing the extra work thereunder. (b) Contractor shall be entitled to compensation for any additional work required as a result of mitigation measures taken to address changes in slide conditions or any other unforeseen circumstances or Unknown Conditions. (c) Any increase in compensation of up to 10% of the Contract Sum or $250,000, whichever is less; or any increase in the time to perform of up to one hundred 180 days may be approved by the Project Manager, provided that such increase does not materially affect the work in a detrimental manner or materially and detrimentally affect the interest of the City. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -11- 01203.0023/981706.1 (d) Any adjustment in the Contract Sum for a Change Order must be in accordance with the rates set forth in the Contractor’s Bid attached hereto as Exhibit A-1. If the rates in the Contractor’s Bid do not cover the type of work in the Change Order, the cost of such work shall not exceed an amount agreed upon in writing and signed by Contractor and the Project Manager. If the cost of the Change Order cannot be agreed upon, the City will pay for actual work of the Change Order that is completed to the satisfaction of the City, as follows: (i) Labor: The cost of labor shall be the actual cost for the wages of workers and subcontractors performing the work for the Change Order at the time such work is performed. The use of labor classifications that would increase the cost of such work shall not be permitted. (ii) Materials and Equipment: The cost of materials and equipment shall be at cost to Contractor or the lowest current price for which such materials and equipment are reasonably available at the time the work is performed, whichever is lower. (iii) Daily Reporting: Contractor must provide a daily report that includes all invoices for labor, materials and equipment costs for the work under the Change Order. The daily report must include the following: list of names of workers, classifications, and hours worked; description and list of quantities of materials used; type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable; description of other City authorized services and expenditures in such detail as the City may require. Failure to submit a daily report by the close of the next working day may, at the City’s sole and absolute discretion, waive the Contractor’s rights to payment for the work performed for that day. (e) It is expressly understood by Contractor that the provisions of this section shall not apply to services specifically set forth in the Scope of Work. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Work may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation; provided that City and Contractor may negotiate additional compensation for unknown underground conditions that could not have been discovered through Contractor’s due diligence (Unknown Conditions). City may in its sole and absolute discretion have similar work done by other contractors. (f) In the event Contractor encounters Unknown Conditions, it shall notify the Project Manager in writing within 48 hours of discovering the conditions. Within 10 days, Contractor shall provide a detailed description of the Unknown Conditions and, if feasible, a proposed Change Order to a specific Task to resolve the Unknown Conditions. If not feasible, Contractor, the Project Manager, and the City’s geotechnical engineering consultant will confer with all due haste to draft a detailed Change Order, which shall include a revised timeline and budget for completion of the Task. (g) No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this section are followed. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -12- 01203.0023/981706.1 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Compensation. (a) Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts set forth in Contractor’s Bid, attached hereto as Exhibit A-1 and incorporated herein by this reference. Subject to any additions or deductions that may be made by Change Order (as defined below) or amendment, and any penalties or damages that may be assessed against Contractor, Contractor shall receive total compensation, including reimbursement of Contractor’s expenses, not to exceed $9,000,000 (Nine Million Dollars) (Contract Sum) for completion of the work; provided that, the full extent of the work to complete the Project may be amended as the work progresses and informs later Tasks. The Contract Sum shall be finalized to reflect the work, as directed by the Project Manager and completed by Contractor, in accordance with the rates provided in Exhibit A-1, or as may be negotiated by the parties for each Task. The Contract Sum shall constitute full compensation for furnishing all materials and for doing all the work contemplated by this Agreement until its acceptance by the City, and for well and faithfully completing the work, and the whole thereof, in the manner and according to the plans and specifications, and the requirements of the Bid Documents and this Agreement. (b) Compensation shall be made in the form of progress payments and a final payment as provided in this Section 2 and the Bid Documents. (c) Compensation shall include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Project Manager in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in a City-approved Task Proposal, in accordance with Exhibit A. City shall reimburse Contractor or its subcontractors in the event that any of the work undertaken pursuant to this Agreement results in the loss of or damage to any tools, equipment, or materials owned by Contractor and its subcontractors, based on the value of the tools, equipment, or materials at the time they are lost or damaged. (d) The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Contractor is required to attend additional meetings to facilitate such coordination, Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Contractor is certifying compliance with all provisions of this Agreement. All invoices shall include a copy of Contractor’s Certified Payroll and proof that Certified Payroll has been submitted to the DIR. Contractor shall also submit a list of the prevailing wage rates (including federal prevailing wage rates, if applicable) for all employees and subcontractors providing services under this Agreement, as applicable, with Contractor’s first invoice. If these DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -13- 01203.0023/981706.1 rates change at any time during the term of this Agreement, Contractor shall submit a new list of rates to the City with its first invoice following the effective date of the rate change. 2.3 Payment. City shall independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, City will cause Contractor to be paid within 45 days of receipt of Contractor’s correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City’s warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event that City does not cause Contractor to be paid within 45 (days of receipt of an undisputed and properly submitted invoice, Contractor shall be entitled to the payment of interest to the extent allowed under Public Contract Code Section 20104.50. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor, not later than 7 days after receipt by the City, for correction and resubmission. Returned invoices shall be accompanied by a document setting forth in writing the reasons why the payment request was rejected. Review and payment by the City of any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law (with respect to any defects in the work performed by Contractor, or otherwise). 2.4 Retention. City will deduct a 5% retention from all progress payments. In accordance with Public Contract Code Section 22300, which is hereby incorporated into this Agreement, City shall permit the substitution of securities for any moneys withheld by City to ensure performance under this Agreement. The retention held by the City shall be released within 60 days after the date of completion of the work per task, as required by Government Code Section 7107. In the event of a dispute between City and Contractor, City may withhold from the final payment an amount not to exceed 150% of the disputed amount. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Schedule of Performance. Contractor shall begin work within 5 (five) days after receiving a Notice to Proceed from the City and the work is anticipated to be completed within 120 consecutive working days from the date on which Contractor received the Notice to Proceed, provided that the Task Schedule for each Task shall govern. Time is of the essence. If the work is not completed within the time period provided for each Task, liquidated damages shall apply as set forth below. 3.2 Force Majeure The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -14- 01203.0023/981706.1 litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within 10 days of the commencement of such delay notify the Project Manager in writing of the causes of the delay. The Project Manager shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Project Manager such delay is justified. The Project Manager’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor’s sole remedy being extension of the Agreement pursuant to this Section. 3.3 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of $2,500 (Two Thousand Five Hundred Dollars) as liquidated damages for each working day of unreasonable delay in the performance of any service required hereunder. Unreasonable delay is defined to mean work stoppage longer than 5 days that is caused by the Contractor, and does not include work stoppage due to third parties, materials or equipment failure, delay in materials or equipment delivery, damage caused by land movement, or newly identified Unknown Conditions. Contractor shall under no circumstances be liable to City for any indirect, consequential or exemplary damages arising out of or relating to this Agreement. The City may withhold any accrued liquidated damages from any monies payable on account of services performed by the Contractor. To the extent required by Government Code Section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the work when such delay was caused by the failure of the City or owner of a utility to provide for removal or relocation of utility facilities. Liquidated damages will be capped at 5% (five percent) of the Contract Sum, as that amount may be updated per Section 2.1. 3.4 Inspection and Final Acceptance. City may inspect and accept or reject any of Contractor’s work under this Agreement, either during performance or when completed. If City finds that Contractor’s work does not meet the requirements and standards provided in the Bid Document, Contractor shall remedy any defects in the work at Contractor’s sole expense following notice by the City. City shall accept work by a timely written acceptance, otherwise work shall be deemed to have been rejected. City’s acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as to amount to fraud. Acceptance of any work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, Articles 1 and 5, pertaining to warranty and indemnification and insurance, respectively. ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Contractor. The following principals of Contractor (“Principals”) are hereby designated as being the principals and representatives of Contractor authorized to act on its behalf with respect to the work specified herein and make all decisions in connection therewith: DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -15- 01203.0023/981706.1 Brock Nieuwkoop _________ VP, SoCal District Manager _ (Name) (Title) Joseph Hakim ____________ Construction/Project Manager (Name) (Title) Rosalio Galindo __________ General Superintendent _____ (Name) (Title) Jeremiah Martin __________ On-Site Superintendent _____ (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the Principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the Principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. Additionally, Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Contractor shall notify City of any changes in Contractor’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. 4.2 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Contractor expressly waives any claim Contractor may have to any such rights. 4.3 Project Manager. The Project Manager for the City shall be David Copp, Deputy Director of Public Works or any other person as the Director of Public Works may designate. It shall be the Contractor’s responsibility to assure that the Project Manager is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Project Manager. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Project Manager. The Project Manager shall have authority, if specified in writing by the City Manager or his/her designee, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -16- 01203.0023/981706.1 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in, or authority over, the selection, discharge, supervision or control of Contractor’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 4.5 Subcontracting. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. Subcontractors may be added to resolved Unknown Conditions. All subcontractors shall obtain, at its or Contractor’s expense, such licenses, permits, registrations and approvals (including from the City) as may be required by law for the performance of any services or work under this Agreement. 4.6 Assignment. Neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City, which shall not be unreasonably withheld. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than 25% of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. This limitation shall not apply to assignments to any company that is a subsidiary or parent company of Contractor. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance Coverages. Without limiting Contractor’s indemnification obligation to the City (as set forth below), and prior to commencement of any services under this Agreement, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -17- 01203.0023/981706.1 an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. The Product and Completed Operations coverage under the policy shall extend a minimum of three years after completion of the Project. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using subcontractors, the policy must include work performed “by or on behalf” of the insured. The policy shall contain no language that would invalidate or remove the insurer’s duty to defend or indemnify for claims or suits expressly excluded from coverage. The policy shall specifically provide for a duty to defend on the part of the insurer. (b) Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Contractor shall maintain professional liability insurance that covers the services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Contractor agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Builder’s Risk Insurance. Contractor shall maintain Builder’s Risk (Course of Construction) insurance utilizing an “All Risk” (Special Perils) coverage form, with limits equal to the completed value of the Project and no coinsurance penalty provisions or provisional limit provisions. The policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Project site or any staging area. (f) Pollution Liability Insurance. Contractor shall maintain Environmental Impairment Liability insurance, written on a Contractor’s Pollution Liability form or other form acceptable to City providing coverage for liability arising out of sudden, accidental, and gradual pollution and remediation. The policy limit shall be no less than $1,000,000 per claim and in the aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -18- 01203.0023/981706.1 policy as “covered operations.” The policy shall provide coverage for the hauling of waste from the Project site to the final disposal location, including non-owned disposal sites. 5.2 General Insurance Requirements. (a) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (b) Proof of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Duration of Coverage. Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the services hereunder by Contractor, its agents, representatives, employees or subcontractors. (d) Primary/noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (e) City’s Rights of Enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary, and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay the premium from any payments due to the Contractor. In the alternative, City may cancel this Agreement. (f) Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. (g) Enforcement of Contract Provisions (non-estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -19- 01203.0023/981706.1 Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements Not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any Party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 day notice of cancellation (except for nonpayment for which a 10 day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional Insured Status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of Undisclosed Coverage Limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of Insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass Through Clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the Project who is brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this Section. Contractor agrees that upon request, all agreements with subconsultants, subcontractors, and others engaged in the Project will be submitted to City for review. (n) Agency’s Right to Revise Specifications. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contractor 90 days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. (o) Self-Insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -20- 01203.0023/981706.1 lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. (p) Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. Except as provided below, Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees, agents, representatives, and volunteers (collectively, “Indemnitees”) from and against all liability, loss, damage, expense, cost (including, without limitation, reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with Contractor’s (or its employees’, officers’, agents’, or subcontractors’; collectively, “Contractor”) performance of the work hereunder or its failure to comply with any of its obligations contained in this Agreement, including any injuries to or death of any person (including, but not limited to, workers and the public), or damage to property resulting from the construction of the work or by or in consequence of any negligence regarding the work, use of improper materials or equipment in construction of the work, neglect or refusal of Contractor to faithfully perform the work and all of Contractor’s obligations under this Agreement, or by or on account of any act or omission by the Contractor during the progress of the work or at any time before the completion and final acceptance of the Project by the City, except with respect to any loss or damage which is caused by the sole or active negligence or willful misconduct of the Indemnitees as determined by a court of competent jurisdiction. Should conflict of interest principles preclude a single legal counsel from representing both City and Contractor, or should City otherwise find Contractor’s legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense, including, without limitation, reasonable attorneys’ fees, expert fees and all other costs and fees of litigation. Contractor shall promptly pay any final judgment rendered against the Indemnitees with respect to claims determined by a trier of fact to have been the result of the Contractor’s negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. Contractor’s obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by the City or any Indemnitees. In instances where City or its Indemnitees is shown to have been actively negligent and where City’s active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of the City. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -21- 01203.0023/981706.1 Contractor shall ensure that the performance of any work hereunder is done in compliance with all applicable state, local and federal rules, laws and regulations related to accessibility and reasonable accommodations and modifications for persons with disabilities, including but not limited to the Americans with Disabilities Act as amended, 42 U.S.C. § 12101 et seq., and its implementing regulations at 28 C.F.R. Parts 35 and 36 (ADA), and § 504 of the Rehabilitation Act of 1973, as amended, and as applicable, 29 U.S.C. 701 and the implementing regulations at 24 C.F.R. Parts 8, the Fair Housing Act as amended, 42 U.S.C. 3601, et seq. and its implementing regulations at 24 CFR Parts 100, the Fair Employment and Housing Act, California Government Code § 12926, Title 24 of the California Building Code, and any requirements of the City. Contractor hereby agrees to indemnify, defend, and hold City and all City Representatives free and harmless against any and all Losses and Liabilities arising from its failure to perform any work hereunder in accordance with all applicable disability access requirements and requirements under the Americans with Disability Act and its implementing regulations. Contractor’s duty to indemnify and hold harmless shall not extend to any impact that drilling operations may have on the land movement, except to the extent such impacts are due to the negligence of Contractor. 5.4 Notification of Third-Party Claims. City shall timely notify Contractor of the receipt of any third-party claim relating to the work under this Agreement. City shall be entitled to recover from Contractor its reasonable costs incurred in providing such notification. 5.5 Performance, Labor, and Warranty Bonds. Concurrently with execution of this Agreement, Contractor shall deliver to the City the following bonds in the form required under the Bid Documents or otherwise by the City Clerk: (a) A performance bond securing the faithful performance of this Agreement, in an amount not less than 100% of the Contract Sum, as stated in Section 2.1 (“Performance Bond”). (b) A labor and materials bond, securing the payment of all persons furnishing labor and/or materials in connection with the work under this Agreement, in an amount not less than 100% of the Contract Sum, as stated in Section 2.1 (“Payment Bond”). (c) The parties reserve the right to negotiate for specific warranty bonds as part of each Task Proposal negotiation. Any warranty bonds negotiated as part of a Task Proposal shall guarantee the Contractor's warranty under section 1.10 of this Agreement. The bonds shall each contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his/her power of attorney. The bonds shall be unconditional and remain in force during the entire term of this Agreement. City shall release the Performance Bond and Payment Bond when the following have occurred: (a) Contractor has made a written request for release and provided evidence of satisfaction of all other requirements under Article 5 of this Agreement, (b) the work for the Project DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -22- 01203.0023/981706.1 has be finally accepted by the City, and (c) after passage of the time within which lien claims are required to be made pursuant to applicable laws; if lien claims have been timely filed, City shall hold the Payment Bond until such claims have been resolved, Contractor has provided statutory bond, or otherwise as required by applicable law. 5.6 Sufficiency of Insurer or Surety. Insurance and bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated “A” or higher in the most recent edition of Best’s Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or larger, unless otherwise approved by the City’s Risk Manager due to unique circumstances. In addition, the insurance carrier must be currently authorized by the Insurance Commissioner to transact business of insurance or be on the List of Approved Surplus Line Insurers issued by the State of California. If the City determines that the work to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the bonds required in Section 5.5 may be changed accordingly upon receipt of written notice from the City. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies, certified and accurate copies of payroll records in compliance with all applicable laws, or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Project Manager to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Project Manager shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of 3 years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Contractor’s business, custody of the books and records may be given to City, and access shall be provided by Contractor’s successor in interest. Notwithstanding the above, the Contractor shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Contractor shall periodically prepare and submit to the Project Manager such reports concerning the performance of the services required by this Agreement as the Project Manager shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein, DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -23- 01203.0023/981706.1 Contractor shall promptly notify the Project Manager of said fact, circumstance, technique or event and the estimated increased or decreased cost(s) related thereto. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of the City and shall be delivered to the City upon request of the Project Manager or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City’s sole risk and without liability to Contractor, and Contractor’s guarantee and warranties shall not extend to such use, reuse or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Moreover, Contractor with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. 6.4 Confidentiality and Release of Information. (a) Information gained or work product produced by Contractor in its performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Project Manager. (b) Contractor, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Project Manager or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered “voluntary” provided Contractor gives City notice of such court order or subpoena. (c) If Contractor, or any officer, employee, agent or subcontractor of Contractor, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorneys’ fees, caused by or incurred as a result of Contractor’s conduct. (d) Contractor shall promptly notify City should Contractor, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -24- 01203.0023/981706.1 with respect to the Project. City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Contractor. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the Parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Termination. This Agreement may be terminated in accordance with Sections 6-7 and 6-8 of the Greenbook. 7.3 Dispute Resolution Process. Section 20104 et seq. of the California Public Contract Code prescribes a process utilizing informal conferences, non-binding judicial-supervised mediation, and judicial arbitration to resolve disputes on construction claims of $375,000 or less. Additionally, Section 9204 of the Public Contract Code prescribes a process for negotiation and mediation to resolve disputes on construction claims. The intent of this Section is to implement Sections 20104 et seq. and Section 9204 of the California Public Contract Code. This Section shall be construed to be consistent with said statutes. For purposes of these procedures, “claim” means a separate demand by the Contractor, after the City has denied Contractor’s timely and duly made request for payment for extra work and/or a time extension, for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the Contractor pursuant to this Agreement and payment of which is not otherwise expressly provided for or the Contractor is not otherwise entitled to, or (C) an amount the payment of which is disputed by the City. The following requirements apply to all claims to which this Section applies: (a) Claim Submittal. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims governed by this procedure must be filed on or before the date of final payment. Nothing in this Section is intended to extend the time limit or supersede notice requirements otherwise provided in this Agreement for the filing of claims, including all requirements pertaining to compensation or payment for extra work, disputed work, and/or DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -25- 01203.0023/981706.1 changed conditions. Failure to follow such contractual requirements shall bar any claims or subsequent lawsuits for compensation or payment thereon. (b) Supporting Documentation. The Contractor shall submit all claims in the following format: (i) Summary of the claim, including references to the specific Bid Document provisions or provisions under this Agreement upon which the claim is based. (ii) List of documents relating to claim: (a) Specifications, (b) Drawings, (c) Clarifications (Requests for Information), (d) Schedules, and (e) Other. (iii) Chronology of events and correspondence related to the claim. (iv) Statement of grounds for the claim. (v) Analysis of the claim’s cost, if any. (vi) Analysis of the claim’s time/schedule impact, if any. (c) City’s Response. Upon receipt of a claim pursuant to this Section, City shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement identifying what portion of the claim is disputed and what portion is undisputed. Any payment due on an undisputed portion of the claim will be processed and made within 60 days after the City issues its written statement. (i) If the City needs approval from the City Council to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the claim, and the City Council does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the City shall have up to three days following the next duly publicly noticed meeting of the City Council after the 45-day period, or extension, expires to provide the Contractor a written statement identifying the disputed portion and the undisputed portion. (ii) Within 30 days of receipt of a claim, the City may request in writing additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of City and the Contractor. (iii) The City’s written response to the claim, as further documented, shall be submitted to the Contractor within 30 days (if the claim is less than $50,000, within 15 days) after receipt of the further documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. (d) Meet and Confer. If the Contractor disputes the City’s written response, or the City fails to respond within the time prescribed, the Contractor may so notify the City, in writing, either within 15 days of receipt of the City’s response or within 15 days of the City’s DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -26- 01203.0023/981706.1 failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Mediation. Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the City shall provide the Contractor a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the City issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing, unless the Parties agree to select a mediator at a later time. (i) If the Parties cannot agree upon a mediator, each Party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each Party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. (ii) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the Parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this Section. (iii) Unless otherwise agreed to by the City and the Contractor in writing, the mediation conducted pursuant to this Section shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has been commenced. (iv) All unresolved claims shall be considered jointly in a single mediation, unless a new unrelated claim arises after mediation is completed. (f) City’s Responses. The City’s failure to respond to a claim from the Contractor within the time periods described in this Section or to otherwise meet the time requirements of this Section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the City’s failure to have responded to a claim, or its failure to otherwise meet the time requirements of this Section, shall not constitute and adverse finding with regard to the merits of the claim or the responsibility of qualifications of the Contractor. City’s failure to respond shall not waive City’s rights to any subsequent procedures for the resolution of disputed claims. (g) Government Code Claims. If following the mediation, the claim or any portion remains in dispute, the Contractor must comply with the claim procedures set forth in Government Code Section 900 et seq. prior to filing any lawsuit against the City. Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to extra work, disputed work, construction claims, and/or changed conditions, including any required mediation, have been followed by Contractor. If no such Government Code claim is submitted, or if the prerequisite DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -27- 01203.0023/981706.1 contractual requirements are not satisfied, no action against the City may be filed. A Government Code claim must be filed no earlier than the date that Contractor completes all contractual prerequisites to filing a Government Code claim, including any required mediation. A Government Code claim shall be inclusive of all unresolved claims unless a new unrelated claim arises after the Government Code claim is submitted. For purposes of Government Code Section 900 et seq., the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor submits his or her written claim to the City until the time the claim is denied, including any period of time utilized by the meet and confer conference or mediation that does not result in a complete resolutions of all claims. (h) Civil Actions for Claims of $375,000 or Less. The following procedures are established for all civil actions filed to resolve claims totaling $375,000 or less: (i) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both Parties or unless mediation was held prior to commencement of the action in accordance with Public Contract Code Section 9204 and the procedures in this Section. The mediation process shall provide for the selection within 15 days by both Parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. (ii) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (iii) Upon stipulation of the Parties, arbitrators appointed for these purposes shall be experienced in construction law, and, upon stipulation of the Parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the Parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. (iv) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any Party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the reasonable attorneys’ fees of the other Party arising out of the trial de novo. 7.4 Waiver. Waiver by any Party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -28- 01203.0023/981706.1 Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either Party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies Are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the Parties are cumulative and the exercise by either Party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other Party. 7.6 Unfair Business Practices Claims. Pursuant to Public Contract Code Section 7103.5, in entering into this Agreement, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials related to this Agreement. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor without further acknowledgment by the Parties. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Contractor covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contractor’s performance of services under this Agreement. Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Project Manager. Contractor agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to this Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -29- 01203.0023/981706.1 statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class. 8.4 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys’ fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Provisions Required By Law. Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein, and this Agreement shall be read and enforced as though it were included herein. If through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon application of either Party, this Agreement shall forthwith be amended to make such insertion or correction. 9.2 Notices. Any notice, demand, request, document, consent, approval, or communication either Party desires or is required to give to the other Party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the Project Manager, City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, CA 90275, and in the case of the Contractor, to the person(s) at the address designated on the execution page of this Agreement. Either Party may change its address by notifying the other Party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 72 hours from the time of mailing if mailed as provided in this Section. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -30- 01203.0023/981706.1 9.3 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either Party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.4 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.5 Integration; Amendment. This Agreement, together with the documents incorporated herein (including the Greenbook and the Bid Documents) and the exhibits attached hereto constitutes the entire, complete and exclusive expression of the understanding of the Parties with respect to the subject matter hereof. It is understood that there are no oral agreements between the Parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the Parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Contractor and by the City Council. The Parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.6 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the Parties hereunder unless the invalid provision is so material that its invalidity deprives either Party of the basic benefit of their bargain or renders this Agreement meaningless. 9.7 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which they are directly or indirectly interested, or in violation of any corporation, partnership, or association in which they are directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of “financial interest” shall be consistent with State law and shall not include interests found to be “remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Contractor warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Contractor further warrants and represents that they have not engaged in any act(s), omission(s), DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -31- 01203.0023/981706.1 or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. 9.8 Corporate Authority; Successors & Assigns. The persons executing this Agreement on behalf of the Parties hereto warrant that (i) such Party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said Party, (iii) by so executing this Agreement, such Party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other agreement to which said Party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the Parties. [SIGNATURES ON FOLLOWING PAGE] DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A -32- 01203.0023/981706.1 IN WITNESS WHEREOF, the Parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation John Cruikshank, Mayor ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: Aleshire & Wynder, LLP _____________________________ Elena Q. Gerli, City Attorney CONTRACTOR: MALCOLM DRILLING COMPANY INC., a California corporation By: Name: Brock Nieuwkoop Title: District Manager / Vice President By: Name: Jason Malcolm Title: Chief Operating Officer / President Address:Malcolm Drilling Co., Inc. 4926 N. Azusa Canyon Rd. Irwindale, CA 91706 Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR’S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR’S BUSINESS ENTITY. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2024 before me, ________________, personally appeared ________________, proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _____________________________________ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2024 before me, ________________, personally appeared ________________, proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _____________________________________ OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER _______________________________ TITLE(S) PARTNER(S) LIMITED GENERAL ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER_______________________________ ______________________________________ SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) _____________________________________________ _____________________________________________ ___________________________________ TITLE OR TYPE OF DOCUMENT ___________________________________ NUMBER OF PAGES ___________________________________ DATE OF DOCUMENT ___________________________________ SIGNER(S) OTHER THAN NAMED ABOVE A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 EXHIBIT A SCOPE OF SERVICES I. Contractor shall perform all of the work and comply with all of the specifications and requirements in the Bid Documents for the Project, including any documents or exhibits referenced therein. II. Brief description of the work to be performed: The Project will consist of an array of underground drains at the toe of the landslide to extract water trapped below ground. The specific location of this underground drain array was selected to target the area of largest movement in the PBL, the southeastern portion of the toe of the PBL. The specific location for this drain array is relatively accessible, has a power source nearby, and is close to groundwater discharge points. Another emergency hydrauger underground drain array is anticipated at the head of the PBL to reduce the intensity of artesian pressure at the toe of the PBL by intercepting groundwater flow causing the pressure. This underground drain array will be located at the only other practically accessible location at this time, based on rates of land movement and ground conditions. Details of the Project may change as conditions are uncovered by the drilling and installation process. Changes to the scope of the Project shall be reflected in each Request, per Section III, below. The work shall be performed on a 10 hour/day, 6 days/week basis. III. The work shall proceed by Task or Phase (referred to as Task for convenience), the scope of each of which will be provided by the City as soon as the parameters and engineering design for each Task are completed by the City (including any of its consultants), with input from the Contractor, the City’s geotechnical engineering consulting firm, and the City’s geologist. The following process shall apply. A. Each Task to be performed shall be set forth in a written request (“Request”) provided by the City with a description of the work to be performed, and the time desired for completion. All Tasks shall be carried out in conformity with all provisions of this Agreement. B. Following receipt of the Request, the Contractor shall prepare a “Task Proposal” that includes the following components: 1. a written description of how the requested Task will be performed (“Task Description”), including all components and subtasks required engineering, and including any clarifications of the descriptions provided in the Request; 2. the costs to perform the task (“Task Budget”), including a detailed bid schedule, to be developed using the critical path schedule methodology; and DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 based on agreed rates in Exhibit A-1, or as may otherwise be negotiated by the parties. 3. a schedule for completion of the task (“Task Completion Schedule”), including a final completion date (“Task Completion Date”). 4. Task Proposals, Task Budgets, and Task Completion Schedules shall be developed while prior Tasks are in process, with the goal of continuous construction on all phases of the Project. C. The Project Manager shall approve the Task Proposal or require modifications in writing, and issue a Notice to Proceed when a written agreement has been reached on the Task Proposal. D. The task shall be performed at a cost not exceeding the Task Budget, provided that unknown conditions discovered following commencement of work, which could have been discovered despite the Contractor’s due diligence, may be approved pursuant to a change order. E. Contractor shall complete the Task and deliver all deliverables to Project Manager by the Task Completion Date and in accordance with the Task Completion Schedule, subject to any extension granted due to schedule impact generated by unknown conditions discovered following commencement of work and approved pursuant to a Change Order IV. In addition to the requirements of Section 6.2, during performance of the Services, Contractor will keep the City appraised of the status of performance by delivering the following status reports: A. Contractor shall provide to City a weekly written summary of progress on all approved Tasks with specific reference to the Project Manager-approved Task Completion Schedule(s). B. Daily Reports will be delivered to the City weekly. Daily Reports must be delivered and accepted prior to any progress payment up until the date that work is being invoiced for. C. Certified payroll will be delivered to the City biweekly. Certified payroll must be delivered and accepted prior to any progress payment up until the date that work is being invoiced for. V. All work is subject to review and acceptance by the City, and must be revised by the Contractor without additional charge to the City until found satisfactory and accepted by City. VI. Contractor will utilize the following management personnel to accomplish the Services: DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 A. Brock Nieuwkoop, VP, SoCal District Manager B. Joseph Hakim, Construction/Project Manager C. Rosalio Galindo, General Superintendent D. Jeremiah Martin, On-Site Superintendent DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 EXHIBIT A-1 CONTRACTOR’S BID PROPOSAL [Attached] DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 EXHIBIT B CONTRACTOR’S STANDARD TERMS AND CONDITIONS [Attached] DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 EXHIBIT C BOND FORMS DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 PERFORMANCE BOND WHEREAS, the CITY OF RANCHO PALOS VERDES, (“City”), has awarded to __________________________________, as Contractor (“Principal”), a Contract for the work entitled and described as follows:__________________________________________________; WHEREAS, the Contractor is required under the terms of said Contract to furnish a bond for the faithful performance of the Contract; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ________________________________________ ($______________), this amount being not less than one hundred percent (100%) of the total Contract price, lawful money of the United States of America, for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bound Contractor, or its heirs, executors, administrators, successors, or assigns, shall in all things stand and abide by, well and truly keep and perform all undertakings, terms, covenants, conditions, and agreements in the said Contract and any alteration thereof, made as therein provided, all within the time and in the manner designated and in all respects according to their true intent and meaning, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. FURTHER, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. Executed on 20___. PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 PAYMENT BOND (Labor and Material Bond) WHEREAS, the CITY OF RANCHO PALOS VERDES, (“City”), has awarded to __________________________________, as Contractor (“Principal”), a Contract for the work entitled and described as follows:__________________________________________________; WHEREAS, said Contractor is required to furnish a bond in conjunction with said Contract, to secure the payment of claims of laborers, mechanics, material men, and other persons as provided by law; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ________________________________________ ($______________), this amount being not less than one hundred percent (100%) of the total Contract price, lawful money of the United States of America, for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs, executors, administrators, successors, assigns, or subcontractor fails to pay: (1) for any work, materials, services, provisions, provender, or other supplies, or for the use of implements of machinery, used in, upon, for, or about the performance of the work to be done, or for any work or labor thereon of any kind; (2) for work performed by any of the persons named in Civil Code Section 9100; (3) for any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract; and/or (4) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and/or its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon the bond. Moreover, if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. Said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 Executed on , 20____. PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 WARRANTY BOND WHEREAS, the CITY OF RANCHO PALOS VERDES (“City”) and ____________________________, (“Contractor”) have entered into an agreement for [describe project or work]; and WHEREAS, Contractor is required under the terms of the Agreement to furnish warranty security for the work performed pursuant to the Agreement in the amount of 10% of the Contract Sum, to guarantee replacement and repair of the improvements as described in the Agreement for a period of one year following the date of recordation of the notice of acceptance of the Improvements against any defective work or labor done, or defective materials furnished. NOW, THEREFORE, we, the Contractor, and _________________________, as Surety, are held and firmly bound unto the City for the sum of $_______ being not less than 10% of the amount payable by the terms of the Agreement, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that if Contractor shall indemnify City for all loss that City may sustain by reason of any defective materials or workmanship which become apparent during the period of one year from and after acceptance of the improvements by the City Council, then this obligation shall be null and void; otherwise, this obligation shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the amount specified, costs and reasonable expenses and fees shall be included, including reasonable attorneys’ fees incurred by City in successfully enforcing the obligation, all to be taxed as costs and included in any judgment rendered. Surety’s obligations hereunder are independent of the obligations of any other surety for the performance of the Agreement, and suit may be brought against Surety and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 without impairing the City’s rights against the others. No right of action shall accrue on this bond to or for the use of any person or corporation other than the City or its successors or assigns. Surety shall provide City with thirty (30) days’ written notice of Contractor’s default prior to Surety terminating, suspending or revoking the bond. The Surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the Plans & Specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Agreement or to the work or to the Plans & Specifications. [signatures on next page] DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 IN WITNESS WHEREOF, the above-bound parties have executed this instrument under their seals on ____________, 20__, the name and corporate seal of each corporate body being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. (Contractor) By Signature Print Name Title Note: To be signed by Contractor and Surety and acknowledgment and notarial seal attached. (Surety) (Address) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 By Signature Print Name Title DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 EXHIBIT C INSURANCE FORMS DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 WORKERS COMPENSATION INSURANCE CERTIFICATE Description of Contract: City of Rancho Palos Verdes Project: _____________________________________________ Type of Insurance: Workers' Compensation and Employers' Liability Insurance THIS IS TO CERTIFY that the following policy has been issued by the below-stated company in conformance with the requirements of Article 5 of the Contract and is in force at this time, and is in a form approved by the Insurance Commissioner. The Company will give at least 30 days' written notice to the City and Engineer/Architect prior to any cancellation of said policy. POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY Workers' Compensation: Statutory Limits Under the Laws of the State of California Employers' Liability: $_________________ Each Accident $_________________ Disease - Policy Limit $_________________ Disease - Each Employee Named Insured (Contractor) Insurance Company Street Number Street Number City and State City and State By (Company Representative) (SEE NOTICE ON NEXT PAGE) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 Insurance Company Agent for Service of Process in California: Name Agency Street Number City and State Telephone Number This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend, or alter the coverage afforded by the policy listed herein. This is to certify that the policy has been issued to the named insured 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 policy described herein is subject to all the terms, exclusions, and conditions of such policy. NOTICE: No substitution or revision to the above certificate form will be accepted. If the insurance called for is provided by more than one insurance company, a separate certificate in the exact above form shall be provided for each insurance company. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 ADDITIONAL INSURED ENDORSEMENT COMPREHENSIVE GENERAL LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereof. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager, City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, California 90275. 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: □ Contractual Liability □ Explosion Hazard □ Owners/Landlords/Tenants □ Collapse Hazard □ Manufacturers/Contractors □ Underground Property Damage □ Products/Completed Operations □ Pollution Liability □ Broad Form Property Damage □ Liquor Liability □ Extended Bodily Injury □ □ Broad Form Comprehensive □ General Liability Endorsement □ 12. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 13. This is an □ occurrence or □ claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . (signatures on following page) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 ADDITIONAL INSURED ENDORSEMENT AUTOMOBILE LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: □ Any Automobiles □ Truckers Coverage □ All Owned Automobiles □ Motor Carrier Act □ Non-owned Automobiles □ Bus Regulatory Reform Act □ Hired Automobiles □ Public Livery Coverage □ Scheduled Automobiles □ □ Garage Coverage □ 12. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 13. This is an □ occurrence or □ claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . (signatures on following page) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 ADDITIONAL INSURED ENDORSEMENT EXCESS LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought, except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY □ Following Form □ Umbrella Liability □ 11. Applicable underlying coverages: INSURANCE COMPANY POLICY NO. AMOUNT 12. The following inclusions, exclusions, extensions or specific provisions relate to the above coverages: 13. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 14. This is an □ occurrence or □ claims made policy (check one). 15. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 01203.0023/981706.1 (signatures on following page) I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment No. 1 Contractor’s Bid Proposal DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A [Type here] Malcolm Drilling Company, Inc. Contractor’s License No. 259543 DIR Public Works Contractor Registration No. 1000003389 Attention: Ramzi Awwad Public Works Director Department of Public Works 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 Subject: DRAFT Proposal for Installation of Hydrauger Arrays E-1 and E-2 Portuguese Bend Landslide Rancho Palos Verdes, California Dear Mr. Awwad: Malcolm Drilling, Inc. (MDCI) is pleased to present the attached “DRAFT” proposal to the City of Rancho Palos Verdes (City). The content of this proposal is based upon the remedial design for the Portuguese Bend Landslide (PBLS) developed by Geo-Logic Associates, Inc. (GLA). MDCI understands that the remedial measures will be implemented in two phases. Our draft proposal is for Phase I of the remedial project (project) which calls for the installation of hydrauger arrays E-1 and E-2 Lower (directionally drilled and installed by our subcontractor). Each well profile geometry is established and developed based upon investigation bores installed by MDCI under direction of GLA and interpretation of the data collected by GLA. A series of exploratory wells (sonic drilled) with instrumentation will be employed to determine the actual phreatic and artesian surface within each array prior to finalizing the horizontal well profiles. Our proposal is based upon information conveyed to MDCI by GLA, i.e. several iteration of Interim Drawings Not issued for Construction, Site Visits, meetings and presentations. MDCI also reviewed preliminary remedial design drawings developed by GLA and provided cost analysis for its completion (Please refer to Attachment 5 Annotated Drawings. This proposal contains the following information: · Detailed breakdown of anticipated unit prices and daily costs, as anticipated and available information at this point of the project · A rough order of magnitude of the estimated total cost of phase I of the project, including cost of installation of E-1 and E-2 “lower” arrays by our subcontractor. · An approach to value engineering, i.e., an approach that allows for design/implementation modifications as project progresses. · Tentative project schedule (i.e., anticipated total duration of the project); · Brief information on made-made materials that will be used as a part of this project (e.g., for grouting and crack-infilling purposes). MDCI understand that the success of this project depends on value engineering, i.e., on our close collaboration with the design engineer, GLA and Hout Construction Services (HCS) who to our understanding will be overseeing the project on behalf of the “City” in a role of an overall Construction Manager. MDCI is committed to close collaboration with GLA and their Engineers and Geologists. To facilitate your review of the proposal, an attempt has been made to delineate project roles (MDCI, GLA, HCS and CITY) and roles of other stakeholders involved in this project (e.g., our subcontractors April 02, 2024 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A [Type here] Malcolm Drilling Company, Inc. Contractor’s License No. 259543 DIR Public Works Contractor Registration No. 1000003389 and the City). The proposed scope of work includes: · Mobilization of equipment and resources to the project site; i.e. Grading Equipment, Sonic Drilling equipment, Directional drilling equipment etc. · Perimeter fencing where required, access routes and set up SWPPP: o Install erosion control measure, only silt fence, fiber rolls and construction entrance, and remove items at the end of the job. o Access to the E-1 Array will be from the existing paved street, Palos Verdes Drive South. A narrow, elongated parking strip located to the northeast of the street has been designated as the work area for the E-1 well array installation. We anticipate that some earthwork will be required to provide a 150ftx150ft work pad. (enough pad to orient the drill rig with the desired alignments for wells oriented to the southwest through west. o Access to the E-2 Lower array will require modification of “ISHIBASHI Farm Trail and PEPPERTREE Trail” into a temporary access road, as well as drill pad construction. o Access to Dual-Purpose boreholes (sonic drilled) “Instrumention/Dual Vertical Boreholes” · Backfilling of cracks / Fissures in the vicinity of E-1 (this is required to access locations for advancement of dual-purpose boreholes/instrumentation holes (sonic bores)); · Installation of necessary dual-purpose boreholes; required for defining geometry and well profiles for installation of E-1 array drains; consists of sacrificial stand pipe piezometers, vibrating wire piezometers, gyro points, and sacrificial inclinometers; exact instrumentation needed in borehole to be determined by EOR. · Installation of E-2 array drains based on currently observed field conditions (access established in March 2024) and guidance provided by EOR; · Other items required for successful completion of this project (access grading, removal of cuttings, provide pumps for E-1, facilitate water conveyance to the Klondike canyon for E-1 and to the existing corrugated metal pipe for E-2, etc.). · Adherence to safety protocols and regulations to ensure the well-being of our personnel and the surrounding environment. MDCI understands the urgency associated with the execution of this project and is fully committed to its success. MDCI is available to mobilize on-site on April 9, pending the completion of contract agreement. MDCI estimates that the cost of the proposed installations will be in the range of $9,000,000.00 and that the duration of Phase I of the project will consist of 100 working days based on 10-hour workdays; and 6-day work week. Attached please find MDCI’s DRAFT standard contract for your review and consideration. We are eager to discuss the details further and address any questions or concerns you may have. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A [Type here] Malcolm Drilling Company, Inc. Contractor’s License No. 259543 DIR Public Works Contractor Registration No. 1000003389 DRAFT Proposal for Installation of Hydrauger Arrays E-1 and E-2 The Scope of grading and site preparation work in addition to the backfilling of cracks/fissures work activities will be dependent on site constraints and are to be performed on a Time and material basis plus reasonable overhead and profit. Labor and MDCI Owned equipment shall be compensated at the rate below, Materials, Subcontractors and any additional directed work shal be compensated at cost plus 15% . CRAFT CLASSIFICATION ST RATE OT RATE DT RATE MANAGEMENT LABOR Project Manager $157.96 $157.96 $157.96 Project Engineer $107.76 $107.76 $107.76 Safety Representative $129.64 $129.64 $129.64 Superintendent $193.92 $244.81 $295.70 DIRECT CRAFT LABOR Foreman $181.19 $240.28 $299.34 Laborer $122.81 $159.64 $196.47 Operator Group $158.62 $207.41 $256.20 Drill Rig Operator OP - $159.47 $208.65 $257.80 Concrete Pump Oper. $158.04 $206.56 $255.08 Subsistence / Per Diem * $160.00 Per Work day *Anticipating having 3each (at least) resources on subsistence. MDCI OWNED NUMBER KEY EQUIPMENT DESCRIPTION PLANNED Hr. RATE Klemm 807 (Fissures/crack Backfilling) 1 $ 411.00 Concrete Pump 1 $ 116.00 Pickup truck 3 $ 30.00 Welding truck (including 500 Amps welding machine) 1 $ 45.00 Komatsu PC128 Excavator 1 $ 94.00 Air Compressor 900cfm 1 $ 239.00 Please refer to attachment 3 for the anticipated breakdown of crew sizes, equipment and Costs for the following anticipated scope: · Coordination of required Permitting and submittals - · Mobilization of required equipment · Potholing for utility locates · Work Perimeter fencing, access routes, drilling pads and set up SWPPP · install erosion control measures · Clear and Grub work area and laydown area · Provide support for directional drilling operation; · Ground water control: Flow rates measurements, Connect drainage system from E-1 and E-2 drains to Klondike Canyon and the existing water pipeline respectively. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A [Type here] Malcolm Drilling Company, Inc. Contractor’s License No. 259543 DIR Public Works Contractor Registration No. 1000003389 Instrumentation Dual Purpose Sonic Borings “ANTICIPATED” (BASELINE) SCOPE OF WORK: Well location, depth, screen length, setting of VWP and inclinometers will be based on field conditions and at the direction of EOR. All work is to be accomplished per the direction of HCS, which will closely be collaborated with EOR. MDCI does not guarantee performance of the work in any way and/or completion schedules and MDCI will only perform work which is solely determined by MDCI to be safe for our personnel and within the safe limits and capabilities of our equipment. The drilling operations performed by MDCI and/or its subcontractor may impact the current slide conditions. Owner shall defend, indemnify, and hold MDCI and/or its subcontractors harmless from any and all liability suits, claims, costs, and expenses, including reasonable attorneys’ fees which may arise out of a change in the slide conditions due to the performance of Constructor’s Work hereunder · Mobilization of Sonic Rig, equipment, and tooling to site. · Install 7 each proposed instrumentation wells located at E-1. I1 thru I7 in locations shown on attached plan. Wells are to be drilled to a depth of 150’. Install 3” inclinometer casing, and grout in place 1 VWP at each well. Any other instrumentation is required to be supplied by others. Each borehole depth and installed features can be determined in the field based on the location characteristics. · Install 5 Each proposed instrumentation wells located at E-2. I 9 thru I13 in locations shown on attached plan. Wells are to be drilled to a depth of 150’. Install 3” inclinometer casing, and grout in place 1 VWP at each well. Any other instrumentation is required to be supplied by others. Each borehole depth and installed features can be determined in the field based on the location characteristics. · During the Drilling, Continuous Sampling of the soils will be provided. This will be achieved with the “sonic” type of specialty rig. Logging will be done by the EOR. · Methods of drilling the borings: On the deeper soil boring MDCI will start with a 12” borehole to a depth of 10’. Once the bore hole is complete, 3/8 bentonite chips will be installed and will be hydrated as installed. MDCI will then move to the next holes and install the surface seal at each location. On the next day MDCI will return with a drill through pan (see Attached Photos) The pan will have a 5’x10” stub out the bottom that will be wet set into the bentonite seal to create a seal between the borehole and the pan. This will allow the water to come up the drill casing and discharge into the drill pan. (As an alternate we may choose to run 30’ of 10” pipe as the seal and drill through the 10” with 9.25 this would force the water into the pan for collection). From the pan the water will be collected using the mud pump attached to the hydraulics of the drill. The water will be pumped from the pan to a settlement tank then will gravity feed from the tank to the HDPE pipe allowing the collected water to safely convey down the hill not causing additional washout. If during drilling water is allowed to be disposed on the ground surface the pan and seal will act as a water collection if the artisan flow is greater than expected. In addition to the water control measures MDCI will have onsite 2 inflatable packers to be used to mitigate the uphold water pressure if we are unable to seal the well or control the flow. This would allow for the decommissioning of the well if needed. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A [Type here] Malcolm Drilling Company, Inc. Contractor’s License No. 259543 DIR Public Works Contractor Registration No. 1000003389 ESTIMATED PHASE I PROJECT COSTS – INSTRUMENTATION DUAL-PURPOSE SONIC DRILLING HOLES DRAFT GENERAL CONDITIONS: 1. A Project Daily Report (PDR) or Extra Work Report (EWO) will be completed by MDCI authorized representative. The PDR/EWO shall be submitted to the Prime Contractor’s representative for approval daily. 2. All work is to be accomplished per the direction of the Prime Contractor’s representative. MDCI does not guarantee performance of the work in any way and/or completion schedules and MDCI will only perform work which is solely determined by MDCI to be safe for our personnel and within the safe limits and capabilities of our equipment. 3. Rates are subject to union wage increases and fluctuation of trucking costs. 4. MDCI to provide fuel for equipment. 5. Equipment standby rates will be charged at 0.5 of equipment rates.(Negotiable) 6. Costs for material, rental equipment, subcontractor invoices, shipping costs, small tools and other miscellaneous items not listed above will be charged at invoice plus 15%. 7. MDCI has excluded any off-site hauling of spoils. MDCI assumes that the spoils generated by the DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A [Type here] Malcolm Drilling Company, Inc. Contractor’s License No. 259543 DIR Public Works Contractor Registration No. 1000003389 works can be disposed of on-site. Directional Drilling Array E-1 and E-2 Lower, please refer to attachment 2 for more details. We look forward to working with you on this project. Please contact me at 626-483-9805, or by email jhakim@malcolmdrilling.com , if I can provide further assistance or clarification. Sincerely, Joseph Hakim Joseph Hakim Estimator / Project Manager Brad Jones Brad Jones Estimator / Project Manager Attachments: 1) Pricing Breakdown 2) Ellingson-DTD Technical Proposal for Array E-1 and E-2 3) MDCI Statement of Qualifications 4) Draft Contract Agreement 5) Schematic Annotated Drawings DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment 1 Project Estimated Pricing Costs DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A CONTRACTOR:PROJECT DESCRIPTION: REVISION #: 0 SUBMITTED BY (Name): DATE:4/3/2024 MOBILIZATION FOR EQUIPMENT DEMOBILIZATION FOR EQUIPMENT OTHER Training AVERAGE RATE 151.38$ NUMBER SHIFT DURATION TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TRAVEL DAILY TOTAL CRAFT CLASSIFICATION PLANNED PATTERN (DAYS) ST HOURS ST RATE OT HOURS OT RATE DT HOURS DT RATE HOURS LABOR COSTS ALLOWANCE PER DIEM PER DIEM TOTAL Project Manager 1 75 600 157.96$ 157.96$ 0 157.96$ 600 94,773.60$ 94,773.60$ Project Engineer 1 100 800 107.76$ 200 107.76$ 0 107.76$ 1,000 107,760.00$ 107,760.00$ Safety Representative 1 75 600 129.64$ 0 129.64$ 0 129.64$ 600 77,781.60$ 77,781.60$ Superintendent 1 100 800 193.92$ 200 244.81$ 0 295.70$ 1,000 204,098.40$ 204,098.40$ 0 -$ -$ TOTAL 4 2,800 400 0 3,200 484,413.60$ -$ -$ 484,413.60$ AVERAGE RATE 164.76$ NUMBER SHIFT DURATION TOTAL TOTAL TOTAL TOTAL TOTAL TOTAL TRAVEL DAILY TOTAL CRAFT CLASSIFICATION PLANNED PATTERN (DAYS) ST HOURS ST RATE OT HOURS OT RATE DT HOURS DT RATE HOURS LABOR COSTS ALLOWANCE PER DIEM PER DIEM TOTAL Fissure/Crack Filling Foreman 1 100 800 181.19$ 200 240.28$ 299.34$ 1,000 193,007.62$ 193,007.62$ Laborer group 1 100 800 122.81$ 200 159.64$ 196.47$ 1,000 130,178.71$ 130,178.71$ Forklift - excavator Operator Group 1 100 800 158.62$ 200 207.41$ 256.20$ 1,000 168,382.66$ 168,382.66$ Drill Rig Operator 1 36 288 159.47$ 72 208.65$ 257.80$ 360 60,948.73$ 60,948.73$ Concrete Pump Oper.1 36 288 158.04$ 72 206.56$ 255.08$ 360 60,388.32$ 60,388.32$ TOTAL 5 2,976 744 0 3,720 612,906.03$ -$ -$ 612,906.03$ CONTRACTOR'S REIMBURSABLE OWNED EQUIPMENT (See Legend for descriptions)10 NUMBER START DT END DATE PLANNED RATE HOURS DAYS WEEKS MONTHS OTHER 1 411.00$ 360 147,960.00$ 1 116.00$ 360 41,760.00$ Pickup truck 3 30.00$ 1000 90,000.00$ Welding truck (including 500 Amps welding machine)1 45.00$ 720 32,400.00$ Komatsu PC128 Excavator 1 94.00$ 1000 94,000.00$ Air Compressor 900cfm 1 239.00$ 360 86,040.00$ -$ 180,040.00$ REIMBURSIBLE 3RD PARTY EQUIPMENT (See Legend for descriptions) NUMBER START DT END DATE PLANNED RATE HOURS DAYS WEEKS MONTHS OTHER MINI-EXCAVATOR 4000-4999 LBS DSL ROPS 1 7,425.00$ 4.5 38,424.38$ LIGHT TOWER VERT MAST MAN NARROW BODY 2 6,205.00$ 4.5 64,221.75$ BACKHOE 70-97HP 4WD CAB EXTENDAHOE DSL 0 7,990.00$ 4.5 -$ TRENCHER RIDE-ON 35-49HP DSL 0 8,175.00$ 4.5 -$ COMPACT TRACK LOADER 2000-2399LB CAB 1 7,905.00$ 4.5 40,908.38$ TELEHANDLER 12000LB 55-56FT LIFT ROPS 2 9,895.00$ 4.5 102,413.25$ 20KW GENERATOR DSL 1 2,810.00$ 4.5 14,541.75$ PUMP TRASH 2IN GAS 1 800.00$ 4.5 4,140.00$ PUMP TRASH 4IN GAS 1 1,020.00$ 4.5 5,278.50$ TRUCK WATER 4000 GALLON DSL 1 8,120.00$ 4.5 42,021.00$ Temporary Spill Berm 12' x 50'4 729.30$ 4.5 15,096.51$ DOZER D4/D6K W/SLOPE BOARD 2 6,015.93$ 4.5 62,264.88$ 8 15.00$ 100 13,800.00$ Roll off Tanks 5 1,259.09$ 4.5 32,578.95$ 1 420.00$ 100 48,300.00$ 1 180.00$ 100 20,700.00$ -$ 504,689.34$ REIMBURSABLE MATERIALS (See Legend for descriptions) QUANTITY 1 1 1 1 REIMBURSABLE 3RD PARTY SUBCONTRACTOR (See Legend for descriptions) QUANTITY 1 1 $40,000.00 $40,000.00 TOTAL LUMP SUM $80,000.00 ESTIMATED TOTAL PROJECT COST Malcolm Drilling Company Inc.PBLS _ Phase I _ E-1 & E-2 lower Joseph Hakim LUMP SUM CHARGES TIME AND MATERIAL COSTS REIMBURSABLE INDIRECT CRAFT LABOR, STAFF & SUPERVISION - Hours and costs for all support staff (not directly involved with the actual work), clerical and supervision. Supervision & Indirect Staff - Hours and costs for all support staff (not directly involved with the actual work), clerical and supervision. REIMBURSABLE DIRECT CRAFT LABOR -All craft labor, working foreman level and below. Include Direct Labor + Fringes & Taxes (i.e., FICA, FUTA, SUTA, employment taxes, Workman's Comp, Health Ins., Retirement, etc.) ESTIMATE BASIS # ESTIMATED BILLING UNITS (Per Piece of Equipment) ** USE ONLY ONE COLUMN PER LINE **TOTAL ESTIMATED CHARGESEQUIPMENT DESCRIPTION TOTAL ESTIMATED CHARGESEQUIPMENT DESCRIPTION Steel Plates TOTAL ESTIMATE BASIS # ESTIMATED BILLING UNITS (Per Piece of Equipment) ** USE ONLY ONE COLUMN PER LINE ** TOTAL TOTAL ESTIMATED CHARGESITEM DESCRIPTION Trailer Vac Pump vac assist TOTAL $1,011,597.50 Various materials estimated for E-1 and E-2 Array directional drilling (ELLINGSON_DTD)$838,925.00 1sk sand cement slurry for backfilling $172.50 Various Piping (burrito Drains, manifolds etc.)$115,000.00 Various consumables $57,500.00 TOTAL ESTIMATED CHARGESITEM DESCRIPTION Estimated Directional drilling E-1 and E-2 (ELLINGSON_DTD)$5,256,075.00 Intrumentation Dual Purpose Sonic Holes (MDCI)$848,962.00 $0.00 $0.00 TOTAL ESTIMATED PROJECT COST $8,978,683.47 Klemm 807 (Fissures/crack Backfilling) Concrete Pump $0.00 TOTAL $6,105,037.00 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment 1.1 Breakdown Estimated Pricing Costs Instrumentation Dual Purpose Sonic Holes (MDCI) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Item Qty Unit Unit CostTotal Cost Notes Mobilization to RPV 1 LS $ 27,500.00 RT to provide contract transportation from Irwindale to site. Mobilization includes equipment, material, and crew personnel getting to the site. Demobilization from RPV 1 LS $ 23,500.00 RT to provide contract transportation to Irwindale from site. Demobilization includes equipment and crew personnel getting back to Irwindale from the site. LS Sonic Drilling Day Rate - 12 Hours (M-S) 1 Day $ 16,535.00 All equipment, resources, and crew on-site conducting drilling activities. Standby Day Rate - Sonic Drill Only 1 Day $ 3,169.00 No active drilling activies, equipment onsite, and crew off-site. Cost is half of the day rate for the sonic drill, and full rates for all other equipment onsite. Standby Day Rate - Equipment and Crew M-F 1 Day $ 7,550.00 Equipment and crew onsite, work stopped all day. Cost is half of the day rate for the sonic drill, full rates for all other equipment onsite, and crew is paid for 8 hours. 2 man installation crew for discharge 12 Hours (M-S) 1 Day $ 5,993.00 Includes all equipment, recources and crew on-site conducting installation activities Standby Day Rate - Equipment and Crew 1 Day $ 3,250.00 Equipment and crew onsite, work stopped all day. Cost is half of the day rate for the sonic drill, full rates for all other equipment onsite, and crew is paid for 8 hours. Consumables (bits, core barrels, bag liner, spare parts, etc) 1 Rig 1 ls $ 146,275.00 Material includes the following: 30' 10" casing, 150' 9.25" casing, 300' 8" casing, 10' 12" casing, 300' inner rod, 3- ea core barrels 8" & 7", 3 ea 8" bits, auger, flapper, and core. 3 ea bits 7" auger, flapper and core. 3 ea casing shoes 10", 9.25" 8", 1 ea core barrel driver 8" and 7", 3 ea casing shoes 10", 9.25", 8".jaw pads, 3 tubs grease. Once material is used additional materials to be bought at cost plus 15% 4-inch PVC (Sch 40) well screen-10' length 1 LF $ 11.50 4-inch PVC (Sch 40) solid - 10' length 1 LF $ 9.75 2-inch PVC (Sch 40) solid - 20' sticks 1 LF $ 2.25 Annular Filter Pack (sand#8) 3000 pounds 1 EA $ 437.00 Annular Seal - Bentonite Chips - Pallet 1 EA $ 730.00 Portland Cement - Pallet 1 EA $ 770.00 Bentonite Gel - Pallet 1 EA $ 856.00 Sample bags 1 Roll $ 350.00 Inclinometer casing 10' stick 1 EA $ 177.00 Inclinometer Anchor 1 EA $ 256.00 Vibrating wire Piezometer 300' 1 EA $ 875.00 Vibrating wire Piezometer 150' 1 EA $ 856.00 Data Logger with Lithium D Cell 3.6V 19AH 1 EA $ 3,818.00 Dewatering pump 300' depth 55 GPM 2 Phase 1 EA $ 2,150.00 Dewatering pump 150' depth 55 GPM 3 Phase 1 EA $ 2,000.00 Bottom cap and well seal - 4-inch 1 EA $ 51.00 Pump Box 1 EA $ 2,187.00 Pan 1 EA $ 2,500.00 8" HDPE DR 17 1 LF $ 11.50 0 LS $ - 0 LS $ - 0 LS $ - 0 LS -$ 0 EA -$ 0 EA -$ 0 LS -$ Subtotal Local Sales Tax 10.1% on Materials and Consumables Grand Total Total Health and Safety Other RANCHO PALOS VERDES EMERGENCY REPAIR 2024 DRILLING PROGRAM LUMP SUM AND UNIT RATE WORK SHEET Mobilization/Demobilization Day Rates - Sonic Drilling - 1 Rig Drilling Consumables and Materials Day Rates - Installation of HDPE 24-100 Dewatering Emergency drilling estimate.xlsx: Bid Schedule 2024 R1 178-1329.3000.620 Page 1 of 1 Rev. 0 May 1, 2021 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 150 16 0 17 0 180 1 9 0 21 0 2 4 0 2 5 0 260 70 4 0 5 0 60 70 40 5 0 60 7 0 8 0 9 0 10 0 30 40 50 6 0 70 6 0 7 0 80 9 0 10 0 110 120 130 140 1 5 0 160 170 180 190 200 1 8 0 1 9 0 2 0 0 2 1 0 2 2 0 2 3 0 2 4 0 2 5 0 2 6 0 27 0 2 8 0 280 2 8 0 2 9 0 290 3 0 0 300 31 0 31 0 3 2 0 320 3 3 0 330 3 4 0 340 3 5 0 350 3 6 0 360 3 7 0 370 25 0 2 5 0 26 0 27 0 28 0 41 0 4 2 0 4 3 0 4 4 0 4 5 0 4 6 0 4 7 0 48 0 490 50 0 51 0 5 2 0 5 3 0 170 170 180 180 180 190 20 0 60 70 80 90 100 110 120 13 0 14 0 150 1 6 0 160 160 170 170 170 180 180 180 180 180 190190 190 10 20 30 40 5 0 6 0 70 80 8 0 80 90100 11 0 120 130 140 150 16 0 160 160 170 180 190 200 210 22 0 230 10 20 30 4050 60 70 80 90 100 110 110 110 12 0 120 120 13 0 140 1 5 0 160 17 0 180 16 0 1 6 0 17 0 1 7 0 18 0 1 8 0 180 1 8 0 19 0 200 210 220 230 240 250 260 270 100 2 0 0 2 5 0 BARN O W L T R A I L YA C H T H A R B O R D R I V E ( P R I V A T E ) PALOS VERDES DRIVE SOUTH E-1 I-1 I-2 I-3 I-4 I-5 I-6 I-7 REV. NO. DATE OF ISSUE: DRAWN BY: DESIGNED BY: CHECKED BY: APPROVED BY: DATE DESCRIPTION APPROVED BY This drawing has not been published but rather has been prepared by Geo-Logic Associates, Inc. for use by the client named in the title block, solely in respect of the construction operation, and maintenance of the facility named in the title block. Geo-Logic Associates, Inc. shall not be liable for the use of this drawing on any other facility or for any other purpose. PROJECT NO. DRAWING NO. 3150 Bristol Street Suite 210, Costa Mesa, California 92626 geo-logic.com│714.465.8240 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES,CA 90275 THE CITY OF RANCHO PALOS VERDES N: \ R A N C H O P A L O S V E R D E S \ S O 2 3 . 1 2 0 2 - L A N D S L I D E M I T I G A T I O N D E S I G N \ 4 _ C A D \ S U B - P R O J E C T \ E M E R G E N C Y H Y D R A U G E R E 1 _ E 2 \ 3 - G R O U N D W A T E R _ H Y D R A U G E R S . D W G Ma r c h 1 5 , 2 0 2 4 - 3: 2 2 P M B Y : GL A - U S E R 100'50'0'100'200' CITY OF RANCHO PALOS VERDES PORTUGUESE BEND LANDSLIDE MITIGATION LOS ANGELES COUNTY, CA SO23.1202PROPOSED E-1 HYDRAUGER LOCATION 4 INTERIM WORK PRODUCT - NOT FOR CONSTRUCTION PENDING PENDING PENDING PENDING ---------------- ---------------- ---------------- ---------------- ---------------- PENDING AW CM PENDING PENDING LENGTH IN PLAN = 1,200 FEET (TYPICAL) PROPOSED FLEXIBLE DISCHARGE LINE TO EXISTING STORM DRAIN RISER (APPROXIMATE LENGTH IN PLAN = 310 FT) LEGEND EXISTING TOPOGRAPHY, 10 FT ELEVATION CONTOUR200 APPROXIMATE LIMITS OF SUBSLIDES OF PORTUGUESE BEND LANDSLIDE (BASED LEIGHTON, 2000) APPROXIMATE LIMITS OF PORTUGUESE BEND LANDSLIDE (BASED ON LEIGHTON, 2000) 8."BRIC PROJECT LIMITS" DENOTES PROJECT AREA IDENTIFIED IN "BUILDING RESILIENT INFRASTRUCTURE AND COMMUNITIES" FUNDING APPLICATION PACKAGE. 7.CONTRACTOR IS RESPONSIBLE TO CAPTURE WATER PRODUCED FROM DRAINS DURING CONSTRUCTION; PERFORM ANALYTICAL LABORATORY TESTING OF REPRESENTATIVE WATER SAMPLES; FURNISH AND INSTALL STORAGE, TREATMENT, AND/OR PUMPING EQUIPMENT AS NEEDED FOR COMPLIANCE WITH PERMIT REQUIREMENTS. 6.CONTRACTOR TO INSTALL PLUMBING CONNECTIONS TO EXISTING DRAINAGE LINES AND/OR PROPOSED SWALES. 5.CONTRACTOR TO FURNISH AND INSTALL PUMPS AND ELECTRICAL CONNECTIONS FOR PUMP-ASSISTED SWALES. 4.CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY ELEVATIONS SHOWN. 3.EXISTING TOPOGRAPHY PROVIDED BY CITY OF RANCHOS PALOS VERDES DATED 2017 AND UPDATED BY CALVADA SURVEYING, INC. IN JANUARY 2024. 2.CONTRACTOR IS RESPONSIBLE TO INSTALL GROUTED CONDUCTOR AND/OR SURFACE CASING WITH ADEQUATE CAPACITY TO PREVENT BLOWOUT AND/OR OTHER POTENTIAL ADVERSE EVENTS RELATED TO HYDRAUGER INSTALLATION, OPERATION, AND/OR MAINTENANCE. 1.CONTRACTOR IS RESPONSIBLE TO PERFORM PRE-CONSTRUCTION CONFIRMATION SUBSURFACE EXPLORATION TO VERIFY GROUNDWATER, SOIL, AND BEDROCK CONDITIONS. NOTES PROPOSED HYDRAUGER ARRAY LOCATION. YELLOW SHADED AREA REPRESENTS ACCESS, LAYDOWN AREA, AND HYDRAUGER INITIATION AREA, BLACK LINE REPRESENTS DIRECTION AND LENGTH OF HYDRAUGERS IN PLAN VIEW.E-1 APPROXIMATE LOCATION OF SHORELINE PRESERVE PROPERTY BOUNDARY BRIC PROJECT LIMITS(8) PROPOSED FLEXIBLE DISCHARGE LINE TO KLONDIKE CANYON APPROXIMATE LOCATION OF TRAIL BASED CITY OF RANCHO PALOS VERDES MAPS EXISTING IMPROVEMENTS BASED ON 2024 CALVADA SURVEYING, INC. SURVEY UPDATE. PROPOSED INSTRUMENTATION LOCATION (DUAL VERTICAL BOREHOLE)I-7 TIE INTO EXISTING STORM DRAIN RISER DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 370 3 8 0 3 6 0 3 7 0 380 3 8 0 420 420 430 430 440 440 45 0 4 5 0 450 4 5 0 4 6 0 46 0 4 6 0 470 48 0 4 9 0 5 0 0 5 1 0 520 5 3 0 5 4 0 55 0 5 6 0 5 7 0 5 8 0 590 590 5 9 0 6 0 0 610 620 63 0 64 0 560 5 7 0 57 0 570 5 8 0 570 570 580 5 7 0 2 9 0 3 0 0 3 1 0 3 2 0 330 3 4 0 350 360 37 0 380 39 0 40 0 41 0 4 2 0 430 440 450 450 460 470 48 0 49 0 5 0 0 510 520 530 54 0 550 5 6 0 5 7 0 580 590 600 610 62 0 63 0 6 4 0 6 5 0 6 6 0 67 0 680 690 70 0 2 9 0 290 3 0 0 300 310 3 2 0 330 340 35 0 3 6 0 3 7 0 3 8 0 3 9 0 4 0 0 4 1 0 420 430 440 450 460 470 4 8 0 4 9 0 5 0 0 510520 530 540 550 56 0 5 7 0 5 8 0 590 6 0 0 6 1 0 6 2 0 630 640 650 660 670 680 690 70 0 7 1 0 32 0 32 0 32 0 33 0 3 3 0 33 0 340 3 4 0 34 0 350 360 370 380 390 400 41 0 42 0 4 3 0 440 45 0 460 470 4 8 0 490 500 510 520 530 540 5 5 0 550 550 560 570 580 590 600 610 620 630 350 350 360 360 370 370 350 3 6 0 360 360 3 5 0 35 0 360 36 0 37 0 380 390 400 4 1 0 420 430 440 45 0 460 470480 480 4 8 0 490 500 510 520 530 540 550 560 570 580 590 6 0 0 6 1 0 620 630 360 370 370 37 0 38 0 38 0 390 400 41 0 42 0 430 44 0 450 460 5 9 0 6 0 0 6 1 0 4 9 0 5 0 0 510 520 530 5 4 0 43 0 440 45 0 460 470 4 2 0 4 2 0 420 43 0 440 450 460 500 P E P P E R T R E E T R A I L WA T E R T A N K T R A I L ISHIBA S H I T R A I L B U R M A R O A D T R A I L TOYON R O A D T R A I L GARDEN TRAIL L A N D S L I D E S C A R P T R A I L E-2 LOWER I-13 I-11 I-10 I-12 I-9 REV. NO. DATE OF ISSUE: DRAWN BY: DESIGNED BY: CHECKED BY: APPROVED BY: DATE DESCRIPTION APPROVED BY This drawing has not been published but rather has been prepared by Geo-Logic Associates, Inc. for use by the client named in the title block, solely in respect of the construction operation, and maintenance of the facility named in the title block. Geo-Logic Associates, Inc. shall not be liable for the use of this drawing on any other facility or for any other purpose. PROJECT NO. DRAWING NO. 3150 Bristol Street Suite 210, Costa Mesa, California 92626 geo-logic.com│714.465.8240 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES,CA 90275 THE CITY OF RANCHO PALOS VERDES N: \ R A N C H O P A L O S V E R D E S \ S O 2 3 . 1 2 0 2 - L A N D S L I D E M I T I G A T I O N D E S I G N \ 4 _ C A D \ S U B - P R O J E C T \ E M E R G E N C Y H Y D R A U G E R E 1 _ E 2 \ 3 - G R O U N D W A T E R _ H Y D R A U G E R S . D W G Ma r c h 1 5 , 2 0 2 4 - 3: 2 2 P M B Y : GL A - U S E R LEGEND 100'50'0'100'200' CITY OF RANCHO PALOS VERDES PORTUGUESE BEND LANDSLIDE MITIGATION LOS ANGELES COUNTY, CA SO23.1202PROPOSED E-2 LOWER HYDRAUGER LOCATION 5 INTERIM WORK PRODUCT - NOT FOR CONSTRUCTION PENDING PENDING PENDING PENDING ---------------- ---------------- ---------------- ---------------- ---------------- PENDING AW CM PENDING PENDING EXISTING TOPOGRAPHY, 10 FT ELEVATION CONTOUR200 APPROXIMATE LIMITS OF SUBSLIDES OF PORTUGUESE BEND LANDSLIDE (BASED LEIGHTON, 2000) APPROXIMATE LIMITS OF PORTUGUESE BEND LANDSLIDE (BASED ON LEIGHTON, 2000) PROPOSED HYDRAUGER ARRAY LOCATION. YELLOW SHADED AREA REPRESENTS ACCESS, LAYDOWN AREA, AND HYDRAUGER INITIATION AREA, BLACK LINE REPRESENTS DIRECTION AND LENGTH OF HYDRAUGERS IN PLAN VIEW. E-2 LOWER APPROXIMATE LOCATION OF SHORELINE PRESERVE PROPERTY BOUNDARY BRIC PROJECT LIMITS(8) PROPOSED FLEXIBLE DISCHARGE LINE TO KLONDIKE CANYON APPROXIMATE LOCATION OF TRAIL BASED CITY OF RANCHO PALOS VERDES MAPS EXISTING IMPROVEMENTS BASED ON 2024 CALVADA SURVEYING, INC. SURVEY UPDATE. PROPOSED INSTRUMENTATION LOCATION (DUAL VERTICAL BOREHOLE)I-13 8."BRIC PROJECT LIMITS" DENOTES PROJECT AREA IDENTIFIED IN "BUILDING RESILIENT INFRASTRUCTURE AND COMMUNITIES" FUNDING APPLICATION PACKAGE. 7.CONTRACTOR IS RESPONSIBLE TO CAPTURE WATER PRODUCED FROM DRAINS DURING CONSTRUCTION; PERFORM ANALYTICAL LABORATORY TESTING OF REPRESENTATIVE WATER SAMPLES; FURNISH AND INSTALL STORAGE, TREATMENT, AND/OR PUMPING EQUIPMENT AS NEEDED FOR COMPLIANCE WITH PERMIT REQUIREMENTS. 6.CONTRACTOR TO INSTALL PLUMBING CONNECTIONS TO EXISTING DRAINAGE LINES AND/OR PROPOSED SWALES. 5.CONTRACTOR TO FURNISH AND INSTALL PUMPS AND ELECTRICAL CONNECTIONS FOR PUMP-ASSISTED SWALES. 4.CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY ELEVATIONS SHOWN. 3.EXISTING TOPOGRAPHY PROVIDED BY CITY OF RANCHOS PALOS VERDES DATED 2017 AND UPDATED BY CALVADA SURVEYING, INC. IN JANUARY 2024. 2.CONTRACTOR IS RESPONSIBLE TO INSTALL GROUTED CONDUCTOR AND/OR SURFACE CASING WITH ADEQUATE CAPACITY TO PREVENT BLOWOUT AND/OR OTHER POTENTIAL ADVERSE EVENTS RELATED TO HYDRAUGER INSTALLATION, OPERATION, AND/OR MAINTENANCE. 1.CONTRACTOR IS RESPONSIBLE TO PERFORM PRE-CONSTRUCTION CONFIRMATION SUBSURFACE EXPLORATION TO VERIFY GROUNDWATER, SOIL, AND BEDROCK CONDITIONS. NOTES TIE INTO EXISTING CORRUGATED METAL PIPE (CMP) PROPOSED FLEXIBLE DISCHARGE LINE TO CMP (APPROXIMATE LENGTH IN PLAN = 115 FT) LE N G T H I N P L A N = 1 , 2 0 0 F E E T ( T Y P I C A L ) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment 2 Ellingson -DTD Technical Proposal DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A April 3, 2024 Ellingson-DTD 56113 State Hwy. 56 100 Rolling Ridge Dr. West Concord, MN 55985 Bellefonte, PA 16823 Voice: 800-239-5950 Fax: 800-574-8046 Web: www.horizontaldrill.com Joseph Hakim, PE Malcolm Drilling 4926 N. Azusa Canyon Road Irwindale, CA 91706 jhakim@malcolmdrilling.com RE: Proposal for Emergency HDD Slope Drain, Rancho Palos Verdes, CA Ellingson-DTD Bid #: 245001157-REV3 Dear Joseph: Thank you for requesting our proposal and cost estimate to install directionally-drilled slope drains as part of the emergency slope stabilization project for the Portuguese Bend Landslide near Rancho Palos Verdes, California. This extensive landslide area has been the subject of numerous investigations and remedial actions. The project is now regarded as urgent to prevent accelerating slope movement at the site. Our understanding is that a system of several arrays of directional borings and unguided “hydrauger” borings has been proposed to stabilize the landslide. Our previous proposal, dated March 22, 2024, was intended to provide a budgetary estimate and a general technical approach to use horizontal directional drilling (HDD) to install one array of five drains at the E-1 site. This proposal provides additional detail at the request of Malcolm Drilling (Malcolm) and expands the scope of the drilling effort to include an additional drain array at the E-2 Lower site. The current design for slope dewatering includes three arrays of five wells or drains each. Ellingson has been requested to provide our approach and cost estimate to drill and install drains for two of the three arrays. Table 1: Preliminary Well Specifications – Array E-1 Well ID Diameter and Material Riser Length (ft) Screen Length (ft) Total Length (ft) Drain-1 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-2 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-3 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-4 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-5 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Total 0 6,000 6,000 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 2 April 3, 2024 Table 2: Preliminary Well Specifications – Array E-2L Well ID Diameter and Material Riser Length (ft) Screen Length (ft) Total Length (ft) Drain-1 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-2 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-3 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-4 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Drain-5 12-inch bore, 4-inch PVC casing 0 1,200 1,200 Total 0 6,000 6,000 Access to the E-1 Array will be from the existing paved street, Palos Verdes Drive South. A narrow, elongated parking strip located to the northeast of the street has been designated as the work area for the E-1 well array installation. We anticipate that some earthwork will be required to provide a large enough work pad to orient the drill rig with the desired alignments for wells oriented to the southwest through west. The topography upslope to the northwest from the drill site has significant elevation gain and slide activity as part of the designated East Central Subslide. To the west and southwest of the entry points, the topography is hummocky and jumbled, typical of an active landslide. Access to the E-2 Lower array will require modification of an existing trail into a temporary access road, as well as drill pad construction. The equipment to be mobilized to these sites is relatively large and heavy, requiring a road of sufficient width and load bearing support. The rig is track mounted, as is the trackhoe used for support, materials handling, and rod loading. Our rods are typically loaded from a flatbed trailer positioned adjacent to the drill rig. The drill rig is also supported by a drilling fluid recycler system, which is towed into place by a semi-tractor. Watertight, lined roll off boxes are parked adjacent to the recycler to contain drill cuttings discharged from the recycler. Approximate dimensions and weights for the major equipment have been provided separately. In particular, the weight of the recycler with fully loaded mud tanks should be noted. Ellingson assumes that Malcolm Drilling will be responsible for the engineering design of drill pads and access roads on the landslide to assure safe access and equipment operation. Directional Drain Installation Technical Discussion Installing directionally drilled slope drains at this location poses several technical challenges, addressed in this section. The E-1 drains will begin by trending downward into the ground (negative angle) and will flatten out to horizontal at some distance from the entry point. At the present well locations, it is anticipated that the water level in the wells will not reach the surface, hence the wells will not be free flowing and will require pumps for dewatering. The proposed E-2 Lower drain array is intended to intercept and drain water from a steeply inclined water table, which would have a significant difference in hydrostatic head between the wellhead and DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 3 April 3, 2024 well end point. Simply drilling an open bore from the ground surface to the target location in such a situation could result in high groundwater flow from the open bore. To minimize risk of uncontrolled groundwater flow from the borehole, Ellingson has included the installation of a 16-inch diameter steel casing (0.375” wall thickness) in each dewatering well from the ground surface to a length of approximately 80 feet from the entry point. The actual length and positioning of each casing, or its deletion from the design of the drains, will be determined by Malcolm Drilling or others, to provide adequate safety factors to prevent uncontrolled groundwater flow at the casing head, as well as assuring sufficient soil depth and confining pressure over the entire casing to prevent flow at the ground surface above the distal end of the steel casing. To install the 16-inch surface casing, we will drill a nominal 20-inch bore. Typically, the bore will be started with a pilot bore of 12 inches and expanded in increments using a forward reaming tool. After the casing has been installed, we will grout it into place. We will fill the casing with cement and use a plunger to push the cement down and out of the bottom of the casing; the cement reverses direction at the bottom end of the casing and then flows upward through the annular space. After cementing is complete, the cement is allowed to set up for approximately 24 hours prior to continuing drilling operations to advance that bore. It is our understanding that Malcolm Drilling will drill a series of exploratory wells with instrumentation to determine the actual phreatic and artesian surface within each array prior to finalizing the horizontal well profiles. Data derived from this investigation will be used by Malcolm Drilling to refine the well and casing design. Malcolm Drilling or others will be responsible for the design of all groundwater control and slope stabilizing installations associated with the drilling tasks. Depending on design, additional costs may be incurred for groundwater control equipment or activities. These have not been included in our cost estimate at this time. Following any required casing installation, we will drill the bores for drain installation. The proposed bores are single-ended, meaning there is no exit hole that a drainage pipe can be pulled into. Ellingson proposes the use of our patented Knock-Off drilling system to ensure that the drain materials are placed within the drilled bore without potential damage or refusal from caved soil in the bores. The Knock-Off system uses a drillable, steerable, threaded casing in lieu of conventional drill rods. The drill head comprises several proprietary tools, including a detachable drill bit, bit retainer, and navigation sub which retains the GST instrument described previously. Using the Knock Off method, after the bore is completed, the well screen and casing are pushed inside the drillable casing until a proprietary locking end cap engages the drill bit from the back side and releases it from the casing while simultaneously clamping the well materials to the bit itself. The drillable casing is then retracted, leaving the well in place with the sacrificial drill bit as an anchor. We plan to use a retrievable gyroscopic steering tool (GST) to navigate the bit position and steer the bit along the bore path. The GST is an inertial guidance instrument that is installed in the drill string just behind the drill bit and feeds data to the driller’s console via a cable. The GST is designed to be retrieved from the drill string upon completion of the bore. With the GST instrument out of the way, well installation then proceeds using normal Knock Off procedures. Using the GST, surface access above the drill bit will not be required, which also increases crew safety, since personnel will not need to traverse DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 4 April 3, 2024 the steep landslide terrain. Accuracy of the GST is to within a couple of feet at the depths and locations planned. Our estimate does not include any means or equipment to control groundwater discharge from the bore or well and we are assuming that any groundwater that does flow from the wells will be directed off the location in a manner determined and provided by others. The E-1 drains will function as pumping wells, so well development will be required to remove excess drill cuttings and fine soil and to assure that the screen slots are open. Under normal conditions, groundwater extraction wells are developed to remove drill cuttings and drilling fluid and to maximize the hydraulic connection between the well and the surrounding formation. Our normal development process includes flushing the completed well by connecting a source of clean water to the well pipe and pumping water down the well until clean water flows to the surface from the annular space surrounding the well pipe. Following this step, we jet the well screen with a rotating, high-pressure jetting nozzle to remove soil particles from the screen and begin the development of a native sand pack. The final development step is to pump the wells using a submersible development pump supplied by Ellingson. Based upon our experience, we have estimated 10 hours of development time per dewatering well, inclusive of equipment setup time. Additional development, if needed, will be at the rate shown on the cost estimate sheet. Permanent pump specification, design and acquisition will be accomplished by Malcolm Drilling or others, and is outside the scope of this horizontal drilling effort. The E-2 drains are anticipated to be free-flowing artesian wells. We have included 10 hours of development time per drain, if needed, to manage the flushing of drilling mud from these drains by natural flow and any required well jetting. General Scope of Work We envision the general scope of work for the wells as follows: 1. Mobilize to site with appropriate drill rig, tooling, support equipment, and materials. 2. Set rig and equipment up on prepared drill pad (drill pad prepared by others). 3. Install and cement surface casings (as needed). 4. Advance bores and install horizontal drains. 5. Develop drains (as needed). 6. Demobilize from drill sites. Mobilization and Demobilization Ellingson will mobilize the drilling and support equipment to the site using our own or contracted trucking. Equipment typically provided by Ellingson includes the following (approximate size): • 200,000 lb. class (or larger) drill rig (9x70 ft). • Drill cab (8x20 ft). • Mud system (9x50 ft). • Rod trailer (9x50 ft). • Equipment trailer(s) (9x50 ft). • Variable reach lift (telehandler). DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 5 April 3, 2024 • Standard (large) excavator. • Water truck (4,000 gal). • Various small equipment including generators, diesel fuel tank, and diaphragm pumps. • Well development equipment including hoses, jetting assembly and temporary submersible pump (permanent pumps to be supplied and installed by others) Equipment and services provided by others include: • Watertight roll off boxes (e.g., 20 cubic yard [CY]) and capabilities to move, transport boxes). • Development water tank (if specified depending on client waste management methods, size varies). • Vacuum truck for waste management as/if needed. • Water source. • Drilling waste disposal service (either disposal area or waste subcontractor). Mobilization includes setup of the storage areas and work areas, secondary containment, and other initial setup activities, including attendance at the site kick-off meeting. Demobilization will include the preparation of all equipment for exit from the site and restoration of the site to a condition reasonably similar to the original condition. We intend to drill the bore with a 200,000 lb. (or larger) class, track-mounted, drill rig. This class rig can generate over 200,000 lb. of thrust and pullback power and is well suited for completing wells at lengths specified in this scope of work. The rig uses 31.5-foot-long, Range 2, 6-5/8-inch diameter drillable oil field casing instead of conventional drill rods, stored on an adjacent semi-trailer and hoisted into position with an excavator. Our Knock-Off drilling system was designed for use with rigs of this size to utilize the larger inner diameter of this casing. The rig is supported by a self-contained drilling fluid (mud) recycler, which carries tanks, pumps, and mud-cleaning components to mix and condition drill mud and discharge drill cuttings into an adjacent rolloff box (provided by Malcolm Drilling or others). Ellingson assumes that Malcolm Drilling or others will also provide transportation for moving rolloffs. Several trailers are used to mobilize the rig, drill cab, drill rod, and mobile shop. The mud recycler is mounted on wheels for over-road travel. Although the rig is self-propelled on tracks, the remaining equipment will require access to the work pad by conventional over the road semi-tractor-trailers. We will rent a large excavator and an extended reach forklift locally to handle drill rods and materials, and to excavate the mud pits. A drill pad will need to be prepared or designated at the well entry locations with sufficient space for the drill rig, drill cab, mud reclaimer, support equipment, and rolloff boxes. This equipment will occupy a minimum area approximately 150 by 150 ft or similar (e.g., 200 by 100 feet). The drill rig requires approximately 70 feet from the entry point to the rear of the mast; some earthwork will likely be required to position the drill rig at the designated entry points for wells in the west to southwest quadrant of the E-1 array. We assume that Malcolm Drilling or others will prepare suitable drill pads and perform any needed earthwork prior to our arrival and will arrange access to a high-volume water supply (e.g., fire hydrant, tanker truck, or water tanks) near the drill site. Ellingson will supply a water truck to transport water to the drill site. We assume that Malcolm Drilling will be responsible for traffic control and pedestrian DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 6 April 3, 2024 guidance and safety, including preparing any required traffic control plans and obtaining associated any required permits. Drilling Fluid Ellingson will use a biodegradable polymer (i.e., biopolymer) as the primary drilling fluid for this project. Biodegradable drilling fluids are mixtures of natural gums and starches that biodegrade over time. This is the main reason for using biopolymer drilling fluids; natural biodegradation reduces development requirements and more completely returns the surrounding formation to its pre-drilled condition. We also introduce a liquid enzyme breaker with the well development water to accelerate the breakdown of residual biodegradable drilling fluid in the formation. Because only limited well development will be performed on these drains, the use of biopolymer fluid will be advantageous compared to bentonite- based fluids. We intend to use this biodegradable drilling fluid during advancement and as needed during the pullback of the drill rods from the well after well material installation. Dry drilling fluid powder is mixed with fresh water in the mud recycler to develop a pumpable slurry with desirable fluid properties for HDD. The mud mixing system is equipped with a high-pressure mud pump and will deliver the drilling fluid to the drill rig via hoses. The drilling fluid travels down the drill rod, cooling the bit assembly and jetting the bore face. The drilling fluid then entrains drill cuttings in the bore and flushes the mixture back to the surface. This mixture of drilling derived waste is recycled through the mud system, which removes the drill cuttings and conditions the mud for reuse. The drill cuttings that are separated on the recycler, along with a small portion of mud wasted, will be directed to rolloffs positioned next to the mud recycler. We assume that Malcolm Drilling will handle disposal of drilling waste as part of their drilling operation elsewhere on the site. Pilot Bore Locating Bore navigation will be performed by a navigation/steering subcontractor using a GST wireline locating system to provide tracking and steering corrections during pilot bore advancement. This approach allows navigation without over-bit access for personnel and equipment. Although the navigation or locating equipment itself can accurately locate the position of the drilling tools, the geological conditions through which the drill bit passes are a key element in the precision with which the well may be placed. For example, drilling the transition from soft to harder strata often results in displacement of the bit if the new material is harder or easier to drill – the bit may skip along hard zones or fall into softer layers, preventing the bit from following the prescribed bore path. Wellhead Seals and Surface Completions As noted above, Ellingson has proposed to install 16-inch steel surface casing to stabilize the entry portion of the bore and to minimize the effects of groundwater discharge the borehole annular space before and after drilling installation. Upon installation of the drains, we will fill the annular space between the 4-inch drains and the 16-inch casing with cement grout. We have not included provision for any permanent surface completions, such as vaults or concrete pads to surround the drain wellheads. We assume that connections from the drains to the primary drainage system and/or surface drainage ditch system will be made by others after we have demobilized. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 7 April 3, 2024 Management of Drilling-Derived Waste Drilling-derived waste will primarily be discharged from the side of the mud recycling unit as a slurry consisting of drill cuttings and waste mud into rolloff boxes for short term storage. Ellingson will manage drilling waste on site and will provide all necessary pumps, suction and discharge hoses, and fittings required for onsite waste fluid management. Since the cuttings are conveyed directly from the mud recycler shakers to the rolloff, this minimizes the potential for spillage, as well as waste handling and disposal costs. Ellingson will provide a backhoe and/or excavator to dig entry and exit pits, move waste between rolloffs (if needed), and perform routine site cleanup, and other tasks, including spill response for minor surface spills. Ellingson assumes that Malcolm Drilling or others will provide rolloff boxes, transportation for moving rolloffs, and/or a vacuum truck for waste management as/if needed. Due to the consistency of this waste, Ellingson recommends watertight 20 CY rolloffs. The number of containers required will depend on how the waste is managed and the total volume. Rolloff boxes of this size can only be filled approximately halfway for transportation. If on-site disposal of cuttings is permitted, only one or two boxes may be necessary for waste containment, if they are emptied on a regular schedule (typically by a vacuum truck.) Drilling waste volume can vary considerably due to final well lengths, drilling advancement rate in soft vs hard conditions, and other factors such as caving conditions in the borehole, loss of drilling fluid to the formation, gain of groundwater, soil permeability, and the presence of obstructions. Malcolm Drilling or other responsible party will be responsible for characterization, transportation, and final disposal of the drilling waste. The waste volume can vary by the final well lengths, drilling advancement rate, and other factors. Cuttings in the drilling-derived waste slurry generally don’t settle out of suspension within a short construction time frame. However, a fraction of liquid (or thin slurry) can be removed by a vacuum truck, or pumped to a separate tank, for disposal as a liquid. Although not currently part of the work scope, the remaining slurry and solids can be mixed with a solidification agent (e.g., a superabsorbent polymer) to pass a paint filter test for disposal as a solid waste or for land- spreading on a convenient local property. If this option is desired, Ellingson will provide an estimate of the additional cost as a separate item. ELLINGSON has made the following assumptions in preparing this proposal: • This proposal is to drill and install HDD dewatering drains designed and engineered by others. Any recommendations (including the setting of at least 80’ of surface casing to minimize uncontrolled groundwater discharge) are simple, observationally-based recommendations and have not been engineered. Any changes to the specifications should be approved by the design engineer. • Drilling conditions are assumed to be native soil and marine sediments, as described in the Geo- Logic geotechnical report as tuffaceous shale of the Altamira Shale member of the Monterey Formation. This formation comprises relatively soft, bentonitic shale. We anticipate that soil drilling tooling will be adequate for bore advancement. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 8 April 3, 2024 • Bore navigation will be performed by a navigation/steering subcontractor using a gyroscopic wireline locating system to provide tracking and steering corrections during pilot bore advancement. • All foundations, footings, and buried utilities will be marked for X-Y location and depth prior to our arrival on site. Utilities with five feet of proposed bore paths must be exposed (by others). • Ellingson assumes that Malcolm Drilling will provide a stable drilling pad surface for the drill rig and support equipment and suitable access to the pad for over-the-road tractor trailers. • Malcolm Drilling or others will handle necessary permit applications and notifications. If our assistance is required for this, we request prior notification in sufficient time to acquire permits prior to mobilization to the site. • We assume that Malcolm Drilling will be responsible for traffic control, including preparing any required traffic or pedestrian control plans and obtaining any associated required traffic control permits. • Ellingson cannot take responsibility for the storage, disposal, or characterization of the waste soils, water, drilling fluids, and cuttings generated during this project. Ellingson will manage the waste on site, pumping it to containers provided by Malcolm Drilling or others. We assume that Malcolm Drilling or others will supply 20 CY (or similar size) watertight rolloffs, transportation for moving rolloffs, and/or a vacuum truck for waste management as/if needed. The number of containers required will depend on how the waste is managed and the waste volume generated (note that 20 CY rolloffs can only be filled halfway for transportation). • Ellingson has not included waste solidification in the cost estimate. • We have assumed working hours are 0700 to 1700 Monday through Saturday. Working a 5-day work week may result in a cost increase to cover extended rentals, lodging, and per diem. • Ellingson will initiate a phone call to the local “One-Call” utility locating service prior to drilling activities. However, we expect utility locating (i.e., potholing) will be provided by Malcolm Drilling or others. • Ellingson will not be liable for damage to roadways, paved parking areas, or structures due to heaving or subsidence from drill operations. • An adequate water supply (e.g., fire hydrant, tanker truck, or water tanks) is conveniently available near the drill site and access will be arranged by Malcolm Drilling or others. Ellingson will supply a water truck to transport the water to the drill site. • Tooling lost downhole due to unexpected drilling conditions (e.g., fill material, concrete, or debris) will be invoiced at its replacement value, including navigation tooling. Estimated replacement pricing is shown on the cost estimate sheet. • Malcolm Drilling or others will provide an on-site liaison to help with logistics and issues that may be encountered while drilling. • Ellingson holds a C-57 California well driller’s license. • Our cost estimate assumes that prevailing wage scales apply for this project. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Malcolm Drilling, Rancho Palos Verdes, CA 9 April 3, 2024 Thank you for contacting Ellingson regarding this request. Please do not hesitate to contact us if you have any questions or would like to discuss the project further. We look forward to working with you on this project. Sincerely, Michael D. Lubrecht, LG Dan Ombalski, P.G., P.E. Senior Geologist Vice President of Engineering Non-disclosure The information (data) provided in this response to data request, proposal or quotation constitutes trade secrets and/or information that is commercial or financial and confidential or privileged. It is furnished in confidence with the understanding that it will not, without permission of the offeror, be used or disclosed for other than evaluation purposes, unless permitted by law, provided, however, that in the event a contract is awarded on the basis of this proposal or quotation the Customer shall have t he right to use and disclose this information (data) to the extent provided by law. The restriction does not limit the Customer's right to use or disclose this information (data) if obtained from another source without restriction. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment 3 MDCI SOQ DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Statement of Qualifications Malcolm Drilling Company, Inc. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 1 Company 2 Project Experience 3 Labor/Staffing Capacity 4 Sonic Services 6 Sonic Drill Rigs and Platforms 7 Safety Commitment 8 Performance Record 8 Overhead 9 Corporate Information 10 Contact Table of Contents DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 3 Company Founded in 1962 as a family business, Malcolm Drilling Company, Inc. (MDCI) started with a single truck-mounted drill rig, primarily offering drill rentals and handling small hard-dollar projects. Led by John Malcolm, the family business has thrived over the past sixty years, evolving into a nationwide enterprise. Today, MDCI stands as an industry leader, providing a wide range of core services that encompass design builds, deep foundations, retention systems, ground improvement, sonic drilling and dewatering solutions. MDCI is known in the industry for their commitment to accuracy, safety, and quality on every job. MDCI strives to deliver the best value to its clients, through traditional bid-build projects and through innovative and cost-effective design build/design assist solutions. MDCI’s goal is to save time and money for owners while achieving innovation in project delivery. With over 60 years of experience, they collaborate with owners and contractors in a timely manner. MDCI's large equipment fleet and highly skilled personnel afford them the unique ability to comply with the most rigorous schedule compression while delivering high-quality services and a safe work environment. MDCI’s experience of project contracting built over many decades, combined with their proven safety record make them a trusted and reliable partner. With a workforce ranging up to 500 to 1000 individuals, MDCI has 10 offices throughout Northern America. Malcolm Drilling Company, Inc C O N T R A C T O R Q U A L I F I C A T I O N S Southeast District 1730 NW 33rd Street Pompano Beach, FL 33064 T: 954.947.3644 Northern California District 3503 Breakwater Court Hayward, California 94545 T: 510.780.9181 Northwest District 8701 South 192nd Street Kent, Washington 98301 T:253.395.3300 Southern California District 4926 N. Azusa Canyon Road Irwindale, California 91706 T: 626.338.0035 San Diego Office 16855 W. Bernardo Dr, Suite 125 San Diego, CA 92127 T: 619.329.5188 Las Vegas Office 6220 McLeod Drive Las Vegas, NV 89120 T: 702.331.5666 Mountain West District 791 S. Gladiola Street Salt Lake City, UT 84104 T: 801.972.1126 Texas Office 701 US 290 Unit #3 Dripping Springs, TX 78620 T: 512.434.0361 Midwest District 102 Hill Court Mukwonago, WI 53149 T: 414.574-4033 Corporate Office 92 Natoma Street, Suite 400 San Francisco, CA 94105 T: 415.901.4400 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Wapato Headworks Rehabilitation Project Name: Wapato Headworks Rehabilitation Project Location: On the Yakima River near Wapato, Washington Project Objective: Provide subsurface data to support geotechnical engineering Services Provided: Soil samples, SPT samples, Shelby tube samples, and rock core samples. Owner/Engineer: Yakima Tribe of Nations / DOWL Contact Name: Robert Knapp Contact Details: 208.870.6503 Construction Details MDCI conducted a series of 10 sonic borings, each ranging from 25 to 50 feet in depth, utilizing a 4-inch core barrel and 6-inch casing. These boreholes were instrumental in gathering essential soil core samples, SPT samples, Shelby tube samples, and rock core samples. The objective was to acquire comprehensive subsurface data to inform the rehabilitation design of a century-old spillway facility. This facility serves as the primary irrigation water source for the lower Yakima River Valley. Sonic drilling operations were executed from various locations, including the dewatered riverbed, the riverbank, an island within the river, and a barge stationed in the river. 4Malcolm Drilling Company, Inc P R OJ E C T E X P E R I E N C E DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Alaska Drilling Program Project Name: Alaska Drilling Program Project Location: Alaska Project Objective: Provide subsurface data to support geotechnical and environmental remediation design of an abandoned mine site. Services Performed: Soil sampling, Rock sampling, Monitoring well installation and development. Owner/Engineer: Rio Tinto / WSP Contact Name: Lew Stringer Contact Details: 435.640.6235 Construction Details Malcolm Drilling Company, Inc MDCI provided sonic drilling services in Alaska. As part of the project, Malcolm conducted continuous soil core drilling and sampling to characterize the ground conditions and install monitoring wells to provide information about the quality and elevation of the groundwater. Data from these samples will inform measures taken to mitigate the environmental impacts caused by historical mining operations. Malcolm also provided rock coring to identify potential borrow sources for ecological mitigation measures which will be used to determine what materials on the island can be used to design and build berms, barriers, and other flow controls to support environmental mitigation. P R OJ E C T E X P E R I E N C E 5 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A P R O J E C T E X P E R I E N C E Project Name: Natomas Basin Reach A Levee Project Location: Sacramento, CA Project Objective: Determination of Key-In Layer Depth Services Performed: Sonic Soil Borings To Determine The Depth Of The Impervious Stratum Owner/Engineer: U.S. Army Corps of Engineers Sacramento District Construction Details The project consisted of 4-inch by 6-inch sonic core drilling method to determine the depth of the impervious stratum. MDCI completed single borings every 100' along the levee, reaching a depth of 145 feet. This endeavor was part of the USACE Reach A Levee Project, which entailed drilling a total of 120 sonic borings every 100' along the Reach A Levee. The sonic samples were then carefully boxed in wooden core boxes to verify the target depth required for the installation of a diaphragm wall. Once the boring was completed, each boring was grouted via tremie method with a cement bentonite mix to surface. Malcolm Drilling Company, Inc American River Common P R OJ E C T E X P E R I E N C EPROJECT E X P E R I E N C EPROJECT E X P E R I E N C E 6 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Project Name: Kennecott Mine Project Location: Bingham Canyon Mine Project Objective: Bedrock Verification Borings Services Performed: Exploratory Drilling Owner/Engineer: Rio Tinto Services Inc, 4700 Daybreak View Parkway, South Jordan, UT 84009 Contact Name: Jordan Frew, Jacobs Project Manager Contact Details: 801.554.9094 Construction Details Kennecott Mine In the Kennecott Mine project at Bingham Canyon Mine, MDCI performed exploratory drilling to verify bedrock depth along the proposed toe drain alignment. This area had a crucial data gap in the current design, from southern Copper 4 to the Yosemite drainage cut-off wall. The goal was to fill this gap for accurate planning and implementing the toe drain system. P R OJ E C T E X P E R I E N C E 7 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A P R OJ E C T E X P E R I E N C E Project Name: Casper Soil Borings Project Location: Glen Rock, WY Project Objective: Sonic Sample Borings, Well Installs, CMT Installs, and Well Abandonments Services Performed: Exploratory drilling. Owner/Engineer: Boner Brothers Partnership Contact Name: William H George Contact Details: 512.600.0718 Construction Details Casper Soil Borings MDCI was contracted to collect sonic drilling samples at a potential mine site for Silica Deposits. Drilling with sonic technology is much faster and involves a much lower level of vibration and noise disturbance than any other type of drilling. Unlike conventional drilling techniques, this technique can easily adapt to a wide variety of soil and rock types with minimal tooling changes. The contract requested that full recovery samples be taken from twenty sites across a five square mile area. Samples extended to a maximum depth of 150 feet. The average recovery rate of each sample was greater than 95%. As a result of MDCI’s crew’s safe and injury-free work, the client’s schedule was met ahead of time. 8 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A P R OJ E C T E X P E R I E N C E Project Name: Resolution Copper Project Location: Superior, AZ Project Objective: Sonic Sample Borings, Well Installs, CMT Installs, and Well Abandonments Services Performed: Exploratory drilling at copper mine. Owner/Engineer: Resolution Copper Mining, LLC Contact Name: Bryan Thieme , Drilling Superintendent Contact Details: 520.827.1617 Construction Details Resolution Copper The program consisted of sonic drilling as the primary drilling method. The rig was required to convert to PQ diameter core drilling if required to achieve the designed borehole depths. The boreholes were drilled through the targeted sample areas approximately two feet (2) into native ground before total depth was achieved. In some cases the sonic samples were bagged and boxed for further study. Once the borehole was drilled to total depth each boring was backfilled with cement grout. MDCI was also asked to install 4'’ PVC wells and multi-chambered CMT monitoring wells. 9 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A P R O J E C T E X PE R I E N C E Project Name: Bull Lake Dam Mod Project Location: Lander, Wyoming Project Objective: Design and Install Dewater System Services Performed: Sonic Sample Borings, Install Piezometers, Install Dewatering Wells Owner/Engineer: Bureau of Reclamation Construction Details Bull Lake Dam MDCI Designed and installed an eductor system based on the geotechnical recommendations. The system included a 1,300 foot-long ring with wells spaced 20 feet apart located at the top of the future slope of the stilling basin. The wells ranged in depths of 55 to 90 feet below theexisting ground surface. In the center of the stilling basin, a rectangular shaped small diameter deep well design was used to draw the water down in the center of the basin for construction of the concrete structure. The design also included 17 piezometers in locations across the site to monitor groundwater levels during drawdown. After construction of the wells, the wells are connected to the supply and return lines from the pump. This creates a venture effect in the bottom of the well to slowly pull the water out of the fine-grained soil. During initial pumping, the groundwater was not drawing down to the groundwater target. MDCI and the Bureau of Reclamation partnered to determine the best course of action to investigate the cause. The result was additional small diameter deep wells ranging in depths of 250 to 320 feet deep to relieve a deep aquifer that was recharging the stilling basin. Malcolm Drilling Company, Inc DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 10 Labor/Staffing Capacity Malcolm Drilling Company, Inc C O N T R A C T O R Q U A L I F I C A T I O N S MDCI possesses a substantial equipment fleet and a highly skilled workforce, offering a distinctive capability to meet the most demanding schedule requirements. This unique ability enables MDCI to deliver high-quality services while maintaining a strong focus on safety. Their extensive experience in project contracting, spanning several decades, combined with a proven track record in safety, positions MDCI as a trusted and reliable partner. With a workforce ranging from 500 to 1000 individuals, MDCI maintains a stable and capable workforce. This workforce stability allows MDCI to efficiently and effectively fulfill their client's needs across a wide geographic range. Sonic Services MDCI's sonic drill rigs demonstrate the capability to install Dewatering Wells, Geothermal Systems, and conduct Geotechnical and Environmental sampling to depths of up to 800 feet. The equipment facilitates continuous sampling in all ground conditions using diamond coring of HQ and PQ sizes. It can accommodate drilling angles while maintaining a high vertical tolerance of less than 1% at depths exceeding 100 feet. All the sonic rigs from MDCI are track-mounted, ensuring optimal performance in a variety of terrain conditions. Sonic Drill Rigs and Platforms Dewatering Systems. Continuous Soil Core Sampling. Wire Line/Diamond Rock Coring. Standard Penetration Test (SPT) Sampling. Shelby Tube Sampling. Monitoring Well Installation, Development, and Decommissioning. Installation of Inclinometers, Extensometers, VWPs, etc. Aquifer Pumping Tests and Groundwater Sampling. Cathodic Protection Installation. Televiewing in Cored Holes and Wells. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 11 Safety Commitment MDCI has over 30 clients with A or B-grade ratings in ISNetworld. MDCI’s Mine Safety and Health Administration (MSHA) Contractor Identification Number is: C2798. MDCI’s awards... 2022: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2021: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2020: AGC- Recognized Leader in Safety 2019: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2018: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2017: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2016: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2015: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2014: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2013: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2013: Liberty Mutual Insurance Company – Outstanding Safety Performance – Silver Safety Award 2012: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2012: Liberty Mutual Insurance Company – Outstanding Safety Performance – Commendation Award 2011: ADSC -Outstanding Safety Program - Recognized Leader in Safety 2010: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2009: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2008: ADSC- Outstanding Safety Program - Recognized Leader in Safety 2008: Turner Construction - Company Subcontractor of the Year Malcolm Drilling Company, Inc C O N T R A C T O R Q U A L I F I C A T I O N S DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 12 Performance Record Malcolm Drilling Company, Inc C O N T R A C T O R Q U A L I F I C A T I O N S DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 13 Overhead Malcolm Drilling Company, Inc C O N T R A C T O R Q U A L I F I C A T I O N S MDCI's overhead, expressed as a percentage, stands at a competitive 10%. Corporate Information Established 1962 Date of Incorporation: July 1968 IFEIN: 94-1671918 DUNS: 045031267 CAGE: 35CE5 SIC Primary Code: 1771 and 1799 NAICS Primary Code: 237900 and 213114 DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A www.malcolmdrilling.com Matt Kennedy mkennedy@malcolmdrilling.com 253-395-3300 Garrett Bartley gbartley@malcolmdrilling.com 510-967-1343 For inquiries, contact us. DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment 5 Schematic Annotated Drawings DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Selected Drone Photos 3/5/2024 1 Looking south-southwest at discharge point along Palos Verdes Drive South Upstream end of culvert / discharge point(obscured by vegetation) DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Selected Drone Photos 3/5/2024 2 Looking east-southeast at “Gateway” and E1 work area “Gateway” access point, staging area, and E1 initiation point Driveway to access Ishibashi Farm Trail Sonic exploratory holes and possible vertical well field DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Selected Drone Photos 3/5/2024 3 Looking east-southeast at fractures around E1 work area Large fractures to be backfilled by tremie grouting Sonic exploratory holes and possible vertical well field DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A N 807 + Trailer pump + Forklift + 7m stokes Putsmister TK 65 + Eco pans for washouts + 2nd relay pump + Slick lines D6 + Excavator + Bobcat Area E1.2 - Moderate Fractures Area E1.1 - Large Fractures DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A N Area E1.1 - Large Fractures Peppertree Trail - Access to E1 Sonic Hole Peppertree Trail 50Ft x 2ft wide --> 370 CY 200Ft x 3ft to 4ft wide --> 2,250CY DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A N 45ft x 2ft wide --> 335CY 25ft x 2ft wide 75ft x 2ft wide 80ft x 2ft wide 45ft x 1ft wide 15ft x 2ft wide Area E1.2 - Moderate Fractures DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Selected Drone Photos 3/5/2024 4 Looking northeast at E2 work area Ishibashi Farm Trail Malcolm / GLA site recon group Sonic exploratory holes and E2 lower array Sonic exploratory holes and E2 upper array DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Selected Drone Photos 3/5/2024 5 Looking east-southeast at E2 work area Ishibashi Farm Trail Malcolm / GLA site recon group Sonic exploratory holes and E2 lower array Sonic exploratory holes and E2 upper array DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 150 16 0 17 0 180 1 9 0 21 0 2 4 0 2 5 0 260 70 4 0 5 0 60 70 40 5 0 60 7 0 8 0 9 0 10 0 30 40 50 6 0 70 6 0 7 0 80 9 0 10 0 110 120 130 140 1 5 0 160 170 180 190 200 1 8 0 1 9 0 2 0 0 2 1 0 2 2 0 2 3 0 2 4 0 2 5 0 2 6 0 27 0 2 8 0 280 2 8 0 2 9 0 290 3 0 0 300 31 0 31 0 3 2 0 320 3 3 0 330 3 4 0 340 3 5 0 350 3 6 0 360 3 7 0 370 25 0 2 5 0 26 0 27 0 28 0 41 0 4 2 0 4 3 0 4 4 0 4 5 0 4 6 0 4 7 0 48 0 490 50 0 51 0 5 2 0 5 3 0 170 170 180 180 180 190 20 0 60 70 80 90 100 110 120 13 0 14 0 150 1 6 0 160 160 170 170 170 180 180 180 180 180 190190 190 10 20 30 40 5 0 6 0 70 80 8 0 80 90100 11 0 120 130 140 150 16 0 160 160 170 180 190 200 210 22 0 230 10 20 30 4050 60 70 80 90 100 110 110 110 12 0 120 120 13 0 140 1 5 0 160 17 0 180 16 0 1 6 0 17 0 1 7 0 18 0 1 8 0 180 1 8 0 19 0 200 210 220 230 240 250 260 270 100 2 0 0 2 5 0 N O W L T R A I L YA C H T H A R B O R D R I V E ( P R I V A T E ) PALOS VERDES DRIVE SOUTH E-1 I-1 I-2 I-3 I-4 I-5 I-6 I-7 REV. NO. DATE OF ISSUE: DRAWN BY: DESIGNED BY: CHECKED BY: APPROVED BY: DATE DESCRIPTION APPROVED BY This drawing has not been published but rather has been prepared by Geo-Logic Associates, Inc. for use by the client named in the title block, solely in respect of the construction operation, and maintenance of the facility named in the title block. Geo-Logic Associates, Inc. shall not be liable for the use of this drawing on any other facility or for any other purpose. PROJECT NO. DRAWING NO. 3150 Bristol Street Suite 210, Costa Mesa, California 92626 geo-logic.com│714.465.8240 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES,CA 90275 THE CITY OF RANCHO PALOS VERDES N: \ R A N C H O P A L O S V E R D E S \ S O 2 3 . 1 2 0 2 - L A N D S L I D E M I T I G A T I O N D E S I G N \ 4 _ C A D \ S U B - P R O J E C T \ E M E R G E N C Y H Y D R A U G E R E 1 _ E 2 \ 3 - G R O U N D W A T E R _ H Y D R A U G E R S . D W G Ma r c h 2 6 , 2 0 2 4 - 8: 4 8 A M B Y : GL A U S E R 100'50'0'100'200' CITY OF RANCHO PALOS VERDES PORTUGUESE BEND LANDSLIDE MITIGATION LOS ANGELES COUNTY, CA SO23.1202PROPOSED E-1 HYDRAUGER LOCATION 4 INTERIM WORK PRODUCT - NOT FOR CONSTRUCTION PENDING PENDING PENDING PENDING ---------------- ---------------- ---------------- ---------------- ---------------- PENDING AW CM PENDING PENDING LENGTH IN PLAN = 1,200 FEET (TYPICAL) PROPOSED FLEXIBLE DISCHARGE LINE TO EXISTING STORM DRAIN RISER (APPROXIMATE LENGTH IN PLAN = 310 FT) LEGEND EXISTING TOPOGRAPHY, 10 FT ELEVATION CONTOUR200 APPROXIMATE LIMITS OF SUBSLIDES OF PORTUGUESE BEND LANDSLIDE (BASED LEIGHTON, 2000) APPROXIMATE LIMITS OF PORTUGUESE BEND LANDSLIDE (BASED ON LEIGHTON, 2000) 8."BRIC PROJECT LIMITS" DENOTES PROJECT AREA IDENTIFIED IN "BUILDING RESILIENT INFRASTRUCTURE AND COMMUNITIES" FUNDING APPLICATION PACKAGE. 7.CONTRACTOR IS RESPONSIBLE TO CAPTURE WATER PRODUCED FROM DRAINS DURING CONSTRUCTION; PERFORM ANALYTICAL LABORATORY TESTING OF REPRESENTATIVE WATER SAMPLES; FURNISH AND INSTALL STORAGE, TREATMENT, AND/OR PUMPING EQUIPMENT AS NEEDED FOR COMPLIANCE WITH PERMIT REQUIREMENTS. 6.CONTRACTOR TO INSTALL PLUMBING CONNECTIONS TO EXISTING DRAINAGE LINES AND/OR PROPOSED SWALES. 5.CONTRACTOR TO FURNISH AND INSTALL PUMPS AND ELECTRICAL CONNECTIONS FOR PUMP-ASSISTED SWALES. 4.CONTRACTOR IS RESPONSIBLE TO FIELD VERIFY ELEVATIONS SHOWN. 3.EXISTING TOPOGRAPHY PROVIDED BY CITY OF RANCHOS PALOS VERDES DATED 2017 AND UPDATED BY CALVADA SURVEYING, INC. IN JANUARY 2024. 2.CONTRACTOR IS RESPONSIBLE TO INSTALL GROUTED CONDUCTOR AND/OR SURFACE CASING WITH ADEQUATE CAPACITY TO PREVENT BLOWOUT AND/OR OTHER POTENTIAL ADVERSE EVENTS RELATED TO HYDRAUGER INSTALLATION, OPERATION, AND/OR MAINTENANCE. 1.CONTRACTOR IS RESPONSIBLE TO PERFORM PRE-CONSTRUCTION CONFIRMATION SUBSURFACE EXPLORATION TO VERIFY GROUNDWATER, SOIL, AND BEDROCK CONDITIONS. NOTES PROPOSED HYDRAUGER ARRAY LOCATION. YELLOW SHADED AREA REPRESENTS ACCESS, LAYDOWN AREA, AND HYDRAUGER INITIATION AREA, BLACK LINE REPRESENTS DIRECTION AND LENGTH OF HYDRAUGERS IN PLAN VIEW.E-1 APPROXIMATE LOCATION OF SHORELINE PRESERVE PROPERTY BOUNDARY BRIC PROJECT LIMITS(8) PROPOSED FLEXIBLE DISCHARGE LINE TO KLONDIKE CANYON APPROXIMATE LOCATION OF TRAIL BASED CITY OF RANCHO PALOS VERDES MAPS EXISTING IMPROVEMENTS BASED ON 2024 CALVADA SURVEYING, INC. SURVEY UPDATE. PROPOSED INSTRUMENTATION LOCATION (DUAL VERTICAL BOREHOLE)I-7 TIE INTO EXISTING STORM DRAIN RISER Suggested 8" Smooth HDPE Manifold to a 12" Flexible discharge DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 1 2 3 4R400 MINIMUM DRILL RIG WORKING PLATFORM 20-IN. NOMINAL BORE DIAMETER 16-IN. DIA. / 0.375-IN. WALL THICKNESS STEEL CASING 4-IN. DIA. SCHEDULE 40 BLANK PVC CASING 1 1 4 IN. DIA. SCHEDULE 40 PVC WATER LINE CEMENT GROUT 170 FT. 80 FT. VARIES 0.5' 0.5' TRAFFIC-RATED VAULTEXISTING GROUND SURFACE FLEXIBLE CONNECTOR TO DISCHARGE MANIFOLD 4-IN. DIA. SCHEDULE 40 SLOTTED PVC CASING PENDING PENDING PENDING PENDING ---------------- ---------------- ---------------- ---------------- ---------------- PENDING AW CM PENDING PENDING CITY OF RANCHO PALOS VERDES PORTUGUESE BEND LANDSLIDE MITIGATION LOS ANGELES COUNTY, CA SO23.1202HYDRAUGER DETAILS - DIRECTIONAL 10 N: \ R A N C H O P A L O S V E R D E S \ S O 2 3 . 1 2 0 2 - L A N D S L I D E M I T I G A T I O N D E S I G N \ 4 _ C A D \ S U B - P R O J E C T \ E M E R G E N C Y H Y D R A U G E R E 1 _ E 2 \ D E T A I L S - H Y D R A U G E R . D W G Ap r i l 3 , 2 0 2 4 - 7: 5 7 A M B Y : GL A U S E R REV. NO. DATE OF ISSUE: DRAWN BY: DESIGNED BY: CHECKED BY: APPROVED BY: DATE DESCRIPTION APPROVED BY This drawing has not been published but rather has been prepared by Geo-Logic Associates, Inc. for use by the client named in the title block, solely in respect of the construction operation, and maintenance of the facility named in the title block. Geo-Logic Associates, Inc. shall not be liable for the use of this drawing on any other facility or for any other purpose. PROJECT NO. DRAWING NO. 3150 Bristol Street Suite 210, Costa Mesa, California 92626 geo-logic.com│714.465.8240 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES,CA 90275 THE CITY OF RANCHO PALOS VERDES 4.CONTRACTOR TO ENSURE THAT THE PROFILE AND DIRECTION OF THE HYDRAUGER CONFORMS TO THE DESIGN ON SHEET 7. 3.THE BOREHOLE FOR THE CONDUCTOR CASING SHALL BE A MINIMUM OF 12-INCHES IN DIAMETER. THE CONDUCTOR CASING SHALL CONSIST OF 8-INCH DIAMETER, SCHEDULE 40, LOW CARBON STEEL. 2.ANGLE OF ATTACK FOR THE HYDRAUGER IS PER PLAN SHEET 7 PER THE ENGINEER. THE DEPTH AND LENGTH OF THE CONDUCTOR CASING IS TO BE DETERMINED BEFORE THE START OF DRILLING OPERATIONS TO WITHSTAND 2 TIMES THE MAXIMUM ANTICIPATED HYDROSTATIC PRESSURE. 1.CONTRACTOR TO EXCAVATE SUMP TO CONTAIN DRILLING FLUIDS AND CUTTINGS. CONTRACTOR TO CONSTRUCT WORKING PLATFORM TO ACCOMMODATE DRILLING OPERATION. DIMENSIONS TO BE DETERMINED BY DRILLING CONTRACTOR. WATER USED FOR DRILLING AND DEVELOPED FROM THE DRILL SHALL BE DISPOSED OF BY THE CONTRACTOR WITHOUT DAMAGE TO THE PROJECT OR THE ENVIRONMENT. NOTES SURFACE COMPLETION FOR DIRECTIONAL HYDRAUGERS DETAIL NTS - -- TYPICAL HYDRAUGER DIRECTIONAL DETAIL NTS - -- INTERIM WORK PRODUCT - NOT FOR CONSTRUCTION DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A 1 3 45 2 20-IN. NOMINAL BORE DIAMETER 16-IN. DIA. / 0.375-IN. WALL THICKNESS STEEL CASING 4-IN. DIA. SCHEDULE 40 BLANK PVC CASING 1 1 4 IN. DIA. SCHEDULE 40 PVC WATER LINE CEMENT GROUT 0.5' EXISTING GROUND SURFACE FLEXIBLE CONNECTOR TO DISCHARGE MANIFOLD 4-IN. DIA. SCHEDULE 40 SLOTTED PVC CASING 0.5' 80 FT. 170 FT.VARIES PENDING PENDING PENDING PENDING ---------------- ---------------- ---------------- ---------------- ---------------- PENDING AW CM PENDING PENDING CITY OF RANCHO PALOS VERDES PORTUGUESE BEND LANDSLIDE MITIGATION LOS ANGELES COUNTY, CA SO23.1202HYDRAUGER DETAILS - HORIZONTAL 11 N: \ R A N C H O P A L O S V E R D E S \ S O 2 3 . 1 2 0 2 - L A N D S L I D E M I T I G A T I O N D E S I G N \ 4 _ C A D \ S U B - P R O J E C T \ E M E R G E N C Y H Y D R A U G E R E 1 _ E 2 \ D E T A I L S - H Y D R A U G E R . D W G Ap r i l 3 , 2 0 2 4 - 7: 5 7 A M B Y : GL A U S E R REV. NO. DATE OF ISSUE: DRAWN BY: DESIGNED BY: CHECKED BY: APPROVED BY: DATE DESCRIPTION APPROVED BY This drawing has not been published but rather has been prepared by Geo-Logic Associates, Inc. for use by the client named in the title block, solely in respect of the construction operation, and maintenance of the facility named in the title block. Geo-Logic Associates, Inc. shall not be liable for the use of this drawing on any other facility or for any other purpose. PROJECT NO. DRAWING NO. 3150 Bristol Street Suite 210, Costa Mesa, California 92626 geo-logic.com│714.465.8240 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES,CA 90275 THE CITY OF RANCHO PALOS VERDES 5.CONTRACTOR TO ENSURE THAT THE PROFILE AND DIRECTION OF THE HYDRAUGER CONFORMS TO THE DESIGN ON SHEETS 8 AND 9. 4.THE BOREHOLE FOR THE CONDUCTOR CASING SHALL BE A MINIMUM OF 12-INCHES IN DIAMETER. THE CONDUCTOR CASING SHALL CONSIST OF 8-INCH DIAMETER, SCHEDULE 40, LOW CARBON STEEL. 3.ANGLE OF ATTACK FOR THE HYDRAUGER IS PER PLAN SHEETS 8 AND 9 PER THE ENGINEER. THE DEPTH AND LENGTH OF THE CONDUCTOR CASING IS TO BE DETERMINED BEFORE THE START OF DRILLING OPERATIONS TO WITHSTAND 2 TIMES THE MAXIMUM ANTICIPATED HYDROSTATIC PRESSURE. 2.SUBCONTRACTOR TO EXCAVATE AT SLOPE FACE, IF NECESSARY, AND CONSTRUCT WORKING PLATFORM TO ACCOMMODATE DRILLING OPERATION. 1.CONTRACTOR TO EXCAVATED SUMP TO CONTAIN DRILLING FLUIDS AND CUTTING. DIMENSIONS TO BE DETERMINED BY DRILLING CONTRACTOR. WATER USED FOR DRILLING AND DEVELOPED FROM THE DRILL SHALL BE DISPOSED OF BY THE CONTRACTOR WITHOUT DAMAGE TO THE PROJECT OR THE ENVIRONMENT. NOTES TYPICAL HYDRAUGER HORIZONTAL DETAIL NTS - -- SURFACE COMPLETE FOR HORIZONTAL HYDRAUGERS DETAIL NTS - -- INTERIM WORK PRODUCT - NOT FOR CONSTRUCTION DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A PENDING PENDING PENDING PENDING ---------------- ---------------- ---------------- ---------------- ---------------- PENDING AW CM PENDING PENDING CITY OF RANCHO PALOS VERDES PORTUGUESE BEND LANDSLIDE MITIGATION LOS ANGELES COUNTY, CA SO23.1202HYDRAUGER DETAILS - DRILLING & PUMPING EQUIPMENT 12 N: \ R A N C H O P A L O S V E R D E S \ S O 2 3 . 1 2 0 2 - L A N D S L I D E M I T I G A T I O N D E S I G N \ 4 _ C A D \ S U B - P R O J E C T \ E M E R G E N C Y H Y D R A U G E R E 1 _ E 2 \ D E T A I L S - H Y D R A U G E R . D W G Ap r i l 3 , 2 0 2 4 - 7: 5 7 A M B Y : GL A U S E R REV. NO. DATE OF ISSUE: DRAWN BY: DESIGNED BY: CHECKED BY: APPROVED BY: DATE DESCRIPTION APPROVED BY This drawing has not been published but rather has been prepared by Geo-Logic Associates, Inc. for use by the client named in the title block, solely in respect of the construction operation, and maintenance of the facility named in the title block. Geo-Logic Associates, Inc. shall not be liable for the use of this drawing on any other facility or for any other purpose. PROJECT NO. DRAWING NO. 3150 Bristol Street Suite 210, Costa Mesa, California 92626 geo-logic.com│714.465.8240 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES,CA 90275 THE CITY OF RANCHO PALOS VERDES INTERIM WORK PRODUCT - NOT FOR CONSTRUCTION EXAMPLE ELECTRIC PUMP DETAIL NTS - -- WATER STORAGE TANK ELECTRIC PUMP DETAIL NTS - -- DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Attachment No. 2 Contractor’s Standard Terms and Conditions DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A DocuSign Envelope ID: 0C9108D7-A1E4-4BBB-A8C0-0F6F8D06188A Certificate Of Completion Envelope Id: 0C9108D7A1E44BBBA8C00F6F8D06188A Status: Completed Subject: Complete with DocuSign: E1_E2_Emgy_Hydraugers_PW_Agreement_2024.05.09.pdf Source Envelope: Document Pages: 152 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 0 Jeremiah Sunwoo AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 jsunwoo@rpvca.gov IP Address: 72.34.97.146 Record Tracking Status: Original 5/9/2024 4:18:05 PM Holder: Jeremiah Sunwoo jsunwoo@rpvca.gov Location: DocuSign Signer Events Signature Timestamp Brock Nieuwkoop brockn@malcolmdrilling.com Vice President Malcolm Drilling Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 50.230.90.146 Sent: 5/9/2024 4:46:06 PM Viewed: 5/14/2024 11:01:37 AM Signed: 5/14/2024 11:03:35 AM Electronic Record and Signature Disclosure: Accepted: 5/14/2024 11:01:37 AM ID: 33a1f96c-ed7c-45c1-ae8f-c2e48b98da7e Jason Malcolm jasonmalcolm@malcolmdrilling.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 12.245.190.94 Sent: 5/14/2024 11:03:40 AM Viewed: 5/14/2024 2:28:48 PM Signed: 5/14/2024 2:29:01 PM Electronic Record and Signature Disclosure: Accepted: 5/14/2024 2:28:48 PM ID: f2f4f1f6-8bbf-402d-b03a-fbf646493aa7 Elena Q. Gerli egerli@awattorneys.com City Attorney Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 50.112.162.3 Sent: 5/14/2024 2:29:06 PM Viewed: 5/14/2024 2:33:55 PM Signed: 5/14/2024 2:34:24 PM Electronic Record and Signature Disclosure: Accepted: 5/14/2024 2:33:55 PM ID: 70431aef-cdda-4ed5-954b-241dab3f8059 John Cruikshank john.cruikshank@rpvca.gov Mayor Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 172.119.57.203 Sent: 5/14/2024 2:34:29 PM Viewed: 5/14/2024 2:36:25 PM Signed: 5/14/2024 2:37:21 PM Electronic Record and Signature Disclosure: Accepted: 5/14/2024 2:36:25 PM ID: 034b863d-6035-4bfe-a0a1-5ddb505f853c Signer Events Signature Timestamp Teresa Takaoka terit@rpvca.gov Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 72.34.97.146 Sent: 5/14/2024 2:37:28 PM Viewed: 5/14/2024 2:42:00 PM Signed: 5/14/2024 2:42:06 PM Electronic Record and Signature Disclosure: Accepted: 5/14/2024 2:42:00 PM ID: 330fff14-f713-497f-83fb-d4f82a3cd389 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 5/9/2024 4:46:07 PM Certified Delivered Security Checked 5/14/2024 2:42:00 PM Signing Complete Security Checked 5/14/2024 2:42:06 PM Completed Security Checked 5/14/2024 2:42:06 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Palos Verdes (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronicall y through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made av ailable electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 6/15/2021 5:55:39 PM Parties agreed to: Brock Nieuwkoop, Jason Malcolm, Elena Q. Gerli, John Cruikshank, Teresa Takaoka Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Palos Verdes: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: terit@rpvca.gov To advise City of Rancho Palos Verdes of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at terit@rpvca.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Palos Verdes To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to terit@rpvca.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Palos Verdes To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to terit@rpvca.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify City of Rancho Palos Verdes as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Palos Verdes during the course of your relationship with City of Rancho Palos Verdes.