Loading...
CC SR 20250204 G - Award PSA to Watearth for Phase 2 Design Svcs CITY COUNCIL MEETING DATE: 02/04/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consideration and possible action to award a professional services agreement to Watearth, Inc. for engineering and support services for the Sidewalk Management Program. RECOMMENDED COUNCIL ACTION: (1) Award a professional services agreement to Watearth, Inc. for engineering and support services for Phase 2 Design of the Sidewalk Management Program (Capital Improvement Project No. 8861), in the amount of $84,277 with a 15% contingency of $12,642, for a total amount of up to $96,919; and (2) Authorize the Mayor to execute the agreement in a form approved by the City Attorney. FISCAL IMPACT: The recommendations will result in a fiscal impact of up to $96,919, which is included in the approved Capital Improvement Program budget for Fiscal Year (FY) 2024-25. VR Amount Budgeted: $700,000 Additional Appropriation: N/A Account Number(s): 340-400-8861-8XXX $150,000 (Bicycle & Pedestrian Access-Sidewalk Management Program) 330-400-8861-8XXX $550,000 (CIP-Sidewalk Management Program) VR ORIGINATED BY: Diego A. Ascencio, Assistant Engineer REVIEWED BY: Ramzi Awwad, Director of Public Works APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. Professional Services Agreement with Watearth, Inc. for Phase 2 (Page A-1) B. Proposal for Phase 2 from Watearth, Inc. (Page B-1) C. Technical Memorandum from Watearth, Inc. (Page C-1) D. Professional Services Agreement with Watearth, Inc. for Phase 1 (Page D -1) E. Proposal for Phase 1 from Watearth, Inc. (Page E-1) F. Request for Proposals for Sidewalk Management Program (Page F-1) G. Project Budget Sheet for the Sidewalk Management Program from FY2024-25 Capital Improvement Program (page G-1) 1 BACKGROUND AND DISCUSSION: The FY 2024-25 Capital Improvement Program (CIP) includes funding for the Sidewalk Management Program as Project No. 8861 (Attachment G). Sidewalks in good condition reduce the City’s risk of liability and are expected by the City’s residents and businesses. Additionally, timely sidewalk repairs reduce the overall lifecycle cost of sidewalk infrastructure. The Sidewalk Management Program is intended to assess the condition of sidewalks every three years, identify needed repairs, prioritize those repairs, and implement repairs within budget constraints. The physical work generally consists of repairing or replacing sections of damaged sidewalks with the highest risk of liability to the City. On June 13, 2022, Bucknam Infrastructure Group prepared a condition assessment of all City sidewalks as part of the Roadway Asset Management Program (RAMP). The assessment identified the highest priority sidewalks for repair based on the highest risk of liability to the City. On May 20, 2024, Staff advertised a Request for Proposals (RFP) for engineering and support services related to progressing the assessment in the RAMP to physical repairs (Attachment F). The engineering and support services were divided into two phases : Phase 1 consisting of developing recommendations for what should be done to rehabilitate the high priority sidewalks based on specific site conditions and Phase 2 consisting of developing the construction documents to solicit construction bids, including preparing final engineering plans, specifications, cost estimates, and providing support during the bidding phase. Proposals were received from 2 firms by the RFP deadline, and an evaluation panel of three Staff members scored their proposals as follows: Table 1: Summary of Proposal Evaluation Results 2 Staff then negotiated a fee proposal and a refined scope for Phase 1 only with the top- ranked firm, Watearth, Inc. (Watearth) (Attachment E). Following a successful negotiation process, the City entered into a professional services agreement with Watearth on September 8, 2024, within the contracting authority of the City Manager (Attachment D). Watearth successfully completed the scope of Phase 1 in December 2024, which included a technical memorandum outlining repair recommendations for each distressed sidewalk location; effectively serving as the guide for the development of the scope of work for Phase 2 (Attachment C). Staff then began negotiations with Watearth for a fee proposal and refined scope for Phase 2 (Attachment B). The work for Phase 2 will exceed the City Manager’s contracting authority and as such, attached for City Council consideration is the Professional Services Agreement (PSA) with Watearth (Attachment A). The project schedule anticipates starting the engineering work included in the scope of this agreement in February 2025 and completing the work in July 2025. CONCLUSION: Staff recommends awarding a PSA (Attachment A) to Watearth for engineering and support services for the Sidewalk Management Program in the amount of $84,277 with a 15% contingency of $12,642. ALTERNATIVES: In addition to Staff recommendation, the following alternative action s are available for the City Council’s consideration: 1. Do not award a professional services agreement to Watearth Inc. and direct Staff to re-solicit proposals. 2. Take other action, as deemed appropriate. 3 01203.0001/835260.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and WATEARTH, INC. A-1 01203.0001/835260.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND WATEARTH, INC. THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on February 4th, 2025 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and Watearth, Inc., a California Corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS 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: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose A-2 01203.0001/835260.1 2 intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of 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. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent 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, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant 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 A-3 01203.0001/835260.1 3 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) 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 Consultant or by any subcontractor. (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant 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. (e) Apprentices. Consultant 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. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 (eight) hours in any one calendar day and 40 (forty) 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 Consultant in excess of 8 (eight) hours per day, and 40 (forty) 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 one and 1½ (one and one half) times the basic rate of pay. (h) 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, Consultant 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.” A-4 01203.0001/835260.1 4 Consultant’s Authorized Initials ________ (i)Consultant’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Consultant 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. Consultant 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. Consultant shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant 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 Consultant’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. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services 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. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the 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 may be caused by City’s own negligence. A-5 01203.0001/835260.1 5 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services 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 Services or make changes 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 Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the Services, the Consultant becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Consultant becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Consultant shall inform the City’s Contract Officer of an anticipated Change Order. This proposed change order will stipulate the facts surrounding the issue, proposed solutions, proposed costs, and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. A-6 01203.0001/835260.1 6 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $84,277 (Eighty-four thousand, two hundred seventy- seven.) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant 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 Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, 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, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- Consultant contracts. Sub-Consultant charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. A-7 01203.0001/835260.1 7 City shall independently review each invoice submitted by the Consultant 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 Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period . In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 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 Consultant, 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, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of A-8 01203.0001/835260.1 8 this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding (18) weeks from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Jennifer J. Walker CEO, Principal (Name) (Title) Adam Wolven Operations & Marketing Manager (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 foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant 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 A-9 01203.0001/835260.1 9 writing by City. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant’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. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Diego Ascencio, Assistant Engineer, or such person as may be designated by the Director of Public Works. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent Consultant of City and shall remain at all times as to City a wholly independent Consultant with only such obligations as are consistent with that role. Consultant 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 Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant 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; all subcontractors included in the Proposal are deemed approved. In addition, 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. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. A-10 01203.0001/835260.1 10 ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant 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. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 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. (b) Automobile liability insurance. Consultant 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 Consultant 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. Consultant 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 Consultant 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. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant 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. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant 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 A-11 01203.0001/835260.1 11 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. (b) Duration of coverage. Consultant 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 Consultant, its agents, representatives, employees or subcontractors. (c) Primary/noncontributing. Coverage provided by Consultant 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. (d) 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 and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (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 Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant 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). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant 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 A-12 01203.0001/835260.1 12 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 Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. 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. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) 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 Consultant’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. Consultant agrees to ensure that its subcontractors, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with Consultants, 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 the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’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, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. A-13 01203.0001/835260.1 13 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant 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. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional A-14 01203.0001/835260.1 14 services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies 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 Contract Officer 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 Contract Officer 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 three (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 Consultant’s business, custody of the books and records may be given to City, and access shall be provided by Consultant’s successor in interest. Notwithstanding the above, the Consultant 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. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant 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, Consultant agrees that if Consultant 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 or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 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 Consultant, its employees, subcontractors and agents in the performance of this A-15 01203.0001/835260.1 15 Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant 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 hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the 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 Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant 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) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer 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 Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, 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 there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. A-16 01203.0001/835260.1 16 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 Consultant 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 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 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 A-17 01203.0001/835260.1 17 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant 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 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the A-18 01203.0001/835260.1 18 compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 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 Consultant, 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 Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant 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 Consultant’s performance of services under this Agreement. Consultant 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 Contract Officer. Consultant 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 the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant 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. A-19 01203.0001/835260.1 19 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that 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. Consultant 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. Consultant 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 Consultant 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, Consultant 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 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 City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, 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 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 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. 9.3 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. A-20 01203.0001/835260.1 20 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. 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 Consultant 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. 9.5 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. 9.6 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 (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is 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. Consultant 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. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), 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. Consultant 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. Consultant’s Authorized Initials _______ A-21 01203.0001/835260.1 21 9.7 Corporate Authority. 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) that 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] A-22 A-23 01203.0001/835260.1 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. A-24 01203.0001/835260.1 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. A-25 01203.0001/835260.1 A-1 EXHIBIT “A” SCOPE OF SERVICES A-26 01203.0001/835260.1 A-2 A-27 01203.0001/835260.1 A-3 A-28 01203.0001/835260.1 A-4 A-29 01203.0001/835260.1 C-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. (c) The City shall endeavor to pay the Consultant for all undisputed invoices within ten (10) business days of receipt. In the event that the City disputes any portion of an invoice, the City shall promptly notify the Consultant in writing, specifying the reasons for the dispute. The undisputed portion of the invoice shall be paid within ten (10) business day period. Upon resolution of any disputed amounts, the City shall pay the resolved amount within ten (10) business days of reaching an agreement with the Consultant. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: A-30 01203.0001/835260.1 C-2 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by sole reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. A-31 01203.0001/835260.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION A-32 01203.0001/835260.1 D-1 EXHIBIT “D SCHEDULE OF PERFORMANCE A-33 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 1 © Watearth, Inc. 2024. Do Not Copy. December 13, 2024 Diego Ascencio, Project Manager City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 Subject: City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Phase II Job # 24-079.0.1 Dear Project Manager Ascencio, The City of Ranchos Palos Verdes (City) has requested engineering design services for the repair of deficient sections of the City’s sidewalks. The sidewalk repair initiative is part of the City’s ongoing commitment to maintaining safe and accessible pedestrian pathways for residents and visitors. This technical memorandum presents a comprehensive review of existing documents related to the Request for Proposals (RFP) for High Priority Sidewalk Repairs Design. Phase 1 consisted of site investigations and data collection to verify the findings of Bucknam Infrastructure Group’s 2022 report and identified additional recommendations. This informed a design approach that aligned with the City’s asset management goals, with the overall objective of ultimately contributing to the safety and accessibility of the community's pedestrian infrastructure. The necessary design solutions are proposed as a second phase of the project herein. The purpose of Watearth’s role on this project is to: 1. Perform additional survey; 2. Review existing repairs for code compliance; and 3. Prepare plans, specifications, and estimates for the necessary high priority sidewalk repairs. Watearth’s work plan for this project addresses the following issues: The Watearth Solution Specific Challenges Proposed Solutions Evidence of Qualifications This project will need to be managed by a trusted advisor to the client because the City is resource constrained and needs a streamlined approach to preparing repairs that are defensible from a budget perspective. Watearth uses our TRUSTED™ Signature Project Delivery Process that emphasizes frequent and high quality communication, and will prioritize the repairs identified in this proposal that the City approves. Our clients have provided us with a satisfaction of 95% across measurements of quality, value, communication, project management, and desire to work with us again. Constructing sidewalks next to existing retaining walls and creating tie- ins. Watearth will specify saw-cuts close to the retaining walls and then tie into the old sidewalk, rather than removing the sidewalk up to the retaining wall. Watearth identified this solution used elsewhere in the City during our initial Phase 1 Survey. Watearth has worked on sidewalk and path condition assessment projects such as the City of LA Citywide Sidewalk Repair assessment, and the Los Angeles County Adventure Park recreational walking path renovation project. B-1 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 2 © Watearth, Inc. 2024. Do Not Copy. Specific Challenges Proposed Solutions Evidence of Qualifications Trees impacting sidewalks are sensitive – some may need to be removed, prompting mitigation. Each tree issue will be reviewed individually. In some cases, tree root pruning is expected to be adequate. In other cases, tree removal with potential replacement/mitigation may be necessary. Watearth has worked on dozens of projects, including sidewalk repair projects for City of LA and City of Houston. We have prepared tree protection and preservation plans and understand the value of trees in urban and other developed areas from a community and environmental health standpoint. Scope of Work The scope of work for this project is anticipated to include the following tasks. As part of this scope of work, the Watearth team will evaluate the following data, either to be gathered by Watearth from public sources (W) or to be provided to Watearth by others (P). Data to be provided to Watearth by others is required for this scope of work to be completed on schedule. a. Project Phase I Documentation (Technical Memorandum and List of Repairs) by Watearth (W) b. Applicable Municipal Codes for Sidewalks (W) c. Utility location data (P) Task 1: Perform Additional Survey a. Perform Additional Survey: Perform an additional topographic survey of up to 33 sidewalk repair locations defined in the Phase 1 technical memorandum. Includes data collection and mapping of the existing terrain, including elevation, features, and utilities. Data will be set to the State Plan Coordinate System. Task 2: Review Existing Repairs a. Review Existing Repairs: Review the 8 existing repairs identified at the time of the Phase 1 site investigation and any additional sites found in Task 1 of Phase II (above) for I always ask myself: “What would Jennifer [Walker] do?” Dahlia Fadl City of Rancho Cordova Impressed with your work on the green solutions/vegetation rec. Thanks for the effort on that! Tim Grose WSP We weren’t expecting a next day turnaround. We do appreciate that. Maria Lee Los Angeles County Public Works B-2 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 3 © Watearth, Inc. 2024. Do Not Copy. compliance with municipal codes and ordinances. Existing repairs determined to be appropriately within code will be identified as completed. Existing repairs requiring rework will be identified in a prioritized matrix based on the severity of the ongoing issue, for City review and concurrence. Updated repair designs will be included in Task 3. Task 3: Prepare Design Documents a. Develop 30% PS&E: Develop civil design sheets at the 30% milestone to represent existing conditions with recommendations on the plan sheet identifying challenge areas and likely utilities requiring markout. b. Develop 90% PS&E: Develop civil design sheets (per national CAD standards), Specifications (per Green Book Standard Specifications), and quantities and cost estimate for 90% design of sidewalk repairs. Detailed plan sheets will be generated to show horizontal location of the sidewalk repairs. Minor field adjustments are typical and should be planned for by the contractor. Provide design services for curbing along backside of some sidewalks where steep slopes or grades may require support, including layout drawings. Some sidewalk repair designs will require tying into existing retaining walls. The scope will ensure the sidewalk meets applicable codes, site-specific requirements. There are 86 sidewalk locations identified. Twenty-one are special repairs, which are expected to require individual construction drawings for repairs. Forty-six are standard repairs; standard repairs will follow the Green Book Standard Specifications and will be documented in an annotated photo sheet produced in CAD. Eleven are related to tree roots. Eight are previously repaired and considered in Task 2a. Project specifications will call for the selected contractor to provide utility markout. c. Develop 100% PS&E: Update complete 90% PS&E deliverable based on consolidated comments by City. Deliverables This project includes Microsoft Word (.doc) and/or Adobe Acrobat (.pdf) files sent electronically of the following deliverables: • Prioritized Matrix of Existing Repairs Compliance o Final • 30% PS&E Package o Draft • 90% PS&E Package o Draft • 100% PS&E Package o Final Assumptions • It is assumed that all work will be performed in calendar year 2025. Billing rates and budget values are predicated on this assumption and on the stated number of revisions. B-3 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 4 © Watearth, Inc. 2024. Do Not Copy. Delay or extension of work into future years due to client delays in providing comments or data will impact overall cost: billing rate increases and remobilization costs. Additional rounds of revision will be charged on a Time & Materials basis. • It is assumed that comments by individuals or by multiple associated reviewers (such as multiple departments from the same agency) will be consolidated and deconflicted before being provided to Watearth. • It is assumed that each deliverable other than those identified as “final” will be subject to one round of comments, which will be provided to Watearth two weeks following submission of deliverables. Additional rounds of revision due to changes in project direction will be billed on a time and materials basis. • It is assumed that this scope includes coordination and communication efforts, as well as attendance at 10 meetings with Client, two of which will be conducted in person, and the remainder of which will be conducted virtually. • It is assumed that the City’s arborist will evaluate trees impacting sidewalks at the locations that Watearth flags, and that Watearth will prepare repairs inline with the City’s mitigation requirements as part of Task 3. Possible Additional Services The following tasks are not included in this proposal, and could be authorized as additional services or as part of future phases of work: • Performing a site reconnaissance; • Providing a certified arborist or evaluation of tree impacts; • Providing utility markout; • Providing materials testing; • Performing CEQA or other environmental approvals or obtaining or coordinating for permits; • Performing geotechnical, land planning, electrical, structural, mechanical, or landscape design or preparing as-built drawings; • Preparing outreach materials or coordinating with private land owners regarding existing repairs or easements; • Producing a SWPPP; • Providing Bid Phase and Construction Phase services. B-4 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 5 © Watearth, Inc. 2024. Do Not Copy. Project Management Communication A concise list of client representatives for project communication is required. Emailed progress reports will be provided on a weekly or biweekly basis while the project is active for projects lasting longer than one month. Unanticipated coordination with other consultants on the project requested by the client will accrue additional charges on a time and materials basis. What this means: we will provide you with a good-faith effort and strong customer service. In exchange, you will nominate a single person or a few key people with whom we coordinate. Excluded or Additional Services Watearth’s services under this agreement include only those services specified in the proposal. Services assumed to be ancillary or otherwise related to the scoped services are not included unless clearly included in the scope in writing. The Client (the authorizing party to whom this proposal is addressed) expressly releases any and all claims against Watearth relating to any additional services that Watearth recommended or that the regulatory agencies reviewing this project may require, but that the Client either did not authorize or instructed Watearth not to include. If approved in writing, excluded or additional services requested by Watearth’s client or additional effort on tasks required to complete Watearth’s scope of work may be invoiced on a time and materials basis. Expenses will be billed at cost plus 10% except for mileage, which will be billed at current Internal Revenue System rate. What this means: we will execute the project we have scoped and budgeted based on our best understanding of your needs. You will acknowledge that Watearth’s commitment is limited strictly to what is explicitly scoped and will consider authorizing scope changes if out-of-scope work is desired. Standard of Care Consistent with the applicable Standard of Care, Watearth shall perform its Services such that they will conform to all laws, regulations, ordinances, directives, requirements, or instructions applicable for the Project or required by the authority having jurisdiction over the Projects, which, to the best of Watearth’s knowledge, are in place at the time this Agreement becomes effective. Any change in the laws, regulations, ordinances, directives, requirements, or instructions applicable to the Project that occur after the Agreement’s effective date and that require re-design or modification in the Instruments of Service shall be an Additional Service and invoices as such per the terms of this Agreement. What this means: we will act according to the professional standards set by our government and our industry. You will assume responsibility for costs relating to regulatory changes beyond Watearth’s control. Licensure When required, Watearth’s final deliverable(s) will be signed and sealed by a state-licensed Professional Engineer. Unless specifically noted in the scope above, Watearth will not employ other licensure. What this means: we will provide oversight and completion of deliverables by a Professional Engineer when required. You will not require alternate licensure unless advance notice is provided and a scope change is authorized. B-5 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 6 © Watearth, Inc. 2024. Do Not Copy. Schedule Deliverables will be submitted according to the above estimated schedule. A revised and more detailed project schedule may be discussed and mutually agreed upon at project outset. This schedule assumes authorization in the middle of January 2025, with completion of final design by early June 2025 in preparation for construction advertising in later June 2025. This schedule is predicated on receipt of an official Notice to Proceed and receipt of the requisite project data. Delays in receiving input or requested data may affect the overall schedule. This is also the case for projects placed on-hold. If the project is placed on hold for more than 30 days, remobilization will be necessary and will be invoiced on a time and materials basis in accordance with rates that are current at the time, which may be at an escalated rate, up to 1.5% of Watearth’s total authorized fee. What this means: we will submit deliverables according to either the above schedule or a mutually agreed schedule discussed in detail upon project kickoff. You will provide us with the data we need to execute the project, and will assume responsibility for Watearth’s costs, if any, associated with stopping and restarting the project. Invoices Prompt invoice payment is requested within 5 business days of receipt. Payments received after due dates shall be considered late and incur a late payment fee of $500 and accrue interest at a rate of 1.5% per month. In some instances, submittal of the project deliverables may be delayed if invoice payment is not up-to-date. What this means: we will bill you for the agreed-upon services at the agreed upon rate or amount. You will provide prompt payment of our invoices or will assume responsibility for late fees or interest. Non-Payment In the instance that invoices for services or materials are not paid in full, Watearth, Inc. has the right to place a Lien on the project to the furthest extent allowed in the state in which the 0 2 4 6 8 10 12 14 16 18 20 Task 3: Prepare Design Documents Task 2: Review Existing Repairs Task 1: Perform Additional Survey Estimated Project Schedule, Weeks Draft Development Comment Period and Revised Draft(s)Final Development B-6 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 7 © Watearth, Inc. 2024. Do Not Copy. services are being performed. Total amount owed on Lien will include invoiced amounts plus costs incurred in the attempt to collect on unpaid invoices. What this means: if attempts to collect on Watearth invoices are unsuccessful over a long period of time, we will use the project as collateral to attempt to collect. You will provide prompt payment and good communication regarding payment status. Rate Escalation The Agreement of this Proposal is based upon the premise that all services and/or materials are able to be completed at the current rates for labor and materials in the specified timeframe. If changes in scope, fee, or duration of project occur, Watearth, Inc., at its discretion, may escalate rates to current rates in effect at the time of the additional work or extended project duration. What this means: we will perform our project duties as scoped and budgeted within the stated project schedule or within the year(s) of performance stated. You will provide us data and other input in a timely fashion to keep the project on schedule. We will increase our billing rates at our discretion if additional work is added after the initial period of performance. B-7 Letter Proposal Sidewalk Repairs Design Phase II A hazard-free and accessible approach to sidewalk repair. 8 © Watearth, Inc. 2024. Do Not Copy. Authorization and Project Fees As shown in the table at the end of this proposal, the budget to complete these tasks is estimated at $97,766.90. Invoices will be submitted monthly on a time and materials basis and a 10% mark-up will be applied to expenses. The level-of-effort may vary from this estimate depending on the project complexity, changes in project direction, or input received from regulatory agencies. If the project is stopped or placed on-hold, work performed to date will be invoiced. This proposal is valid for 30 days from the submittal date. Please have the person responsible for payment of invoices sign where indicated below. Please contact me at 213.248.4554 or jwalker@watearth.com with any questions. I look forward to working together and appreciate the opportunity. Sincerely, Jennifer J. Walker PE, D.WRE, ENV SP, CFM, QSD, President, Watearth Authorization to Proceed with Work CLIENT Signature Name (Printed) Date Please note that any liability is limited to the amount of compensation collected under the terms of this proposal. Watearth, Inc. retains all rights, privileges, and copyrights to any photographs, graphics, figures, or other previously copyrighted items used in or modified for this project. B-8 24-079.0.1 City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Phase II Watearth, Inc. - © 2024 Pr i n c i p a l Pr o j e c t Ma n a g e r Sr . E n g i n e e r Sr . D e s i g n e r / Su r v e y o r De s i g n e r / Su r v e y o r Sr . B i o l o g i s t Te c h n i c a l Ed i t o r Ad m i n i s t r a t i v e A s s i s t a n t 375.00$ 185.00$ 265.00$ 175.00$ 140.00$ 185.00$ 95.00$ 100.00$ Task 1: Perform Additional Survey 0.5 8.0 0.0 12.0 60.0 0.0 0.0 0.0 80.5 12,167.50$ Task 2: Review Existing Repairs 0.5 5.0 2.0 16.0 28.0 0.0 2.0 0.0 53.5 8,552.50$ Task 3: Prepare Design Documents 4.5 42.0 50.0 190.0 140.0 0.0 9.0 0.0 438.5 76,832.50$ Estimated Task 3 Cost Distribution by Type Standard Repairs (46)40,322.82$ Special Circumstances Repairs (21)23,010.30$ Tree Roots (11)13,499.38$ Subtotal All Tasks 5.5 55.0 52.0 218.0 228.0 0.0 11.0 0.0 572.5 97,552.50$ Expenses Mileage (4 trips @ 80mi RT @ $0.67/mi)214.40$ Subtotal Expenses 214.40$ Overall Total 97,766.90$ Budget Assumptions Rates valid FY2025. Subject to escalation thereafter. Invoices will be submitted monthly on a time and materials basis and a 10% mark-up will be applied to expenses. The level-of-effort may vary from this estimate depending on the project complexity, changes in project direction, or input received from regulatory agencies.   2024-12-13 Task TotalsTo t a l H o u r s B-9 B-10 B-11 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 1 Project Ranchos Palos Verdes Sidewalk Repair Watearth # 24-079.0 Subject Technical Memorandum Date December 9, 2024 Prepared by Jennifer J. Walker, PE, DWRE, ENV SP, CFM, QSD, LEED AP BD+C Shahin Khazey Introduction The City of Ranchos Palos Verdes (City) has requested engineering design services for the repair of deficient sections of the City’s sidewalks. The sidewalk repair initiative is part of the City’s ongoing commitment to maintaining safe and accessible pedestrian pathways for residents and visitors. This technical memorandum presents a comprehensive review of existing documents related to the Request for Proposals (RFP) for High Priority Sidewalk Repairs Design. The purpose of this review is to analyze the specifications, requirements, and objectives outlined in the RFP, ensuring that all relevant information is understood and considered for the successful execution of the project. By examining these documents, Watearth aims to identify key elements that will inform a design approach and align with the City’s asset management goals, ultimately contributing to the safety and accessibility of the community's pedestrian infrastructure. In September 2022, as part of the triennial update to the Pavement Management Program, Bucknam Infrastructure Group, Inc. conducted a comprehensive condition assessment of the City’s sidewalks. The assessment involved evaluating the visible conditions of all sidewalks in Rancho Palos Verdes and assigning severity ratings to each section. The findings documented several types of distress and led to the identification of 93 individual sidewalk segments classified as highly distressed and prioritized for repair. The Rancho Palos Verde Sidewalk Repair project outlines a multi-phase approach for engineering design services. Phase 1 will consist of site investigations and data collection to verify the findings of the 2022 report and identify additional recommendations. The high priority sidewalk repair locations are shown in Exhibits 1 and 2. This technical memorandum will summarize the preliminary findings and provide repair recommendations, while also addressing site-specific challenges, such as potential utility conflicts and existing site conditions. Following the completion of Phase 1, the technical memorandum will be utilized to develop a scope of work for Phase 2, which will include preparation of engineering designs, specifications, cost estimates, and bid support. Review of Existing Documents Reviewing existing documents is critical as it provides a comprehensive understanding of the project's foundation and objectives. Watearth’s analysis included the RFP from the City of Rancho Palos Verdes which outlines the priority sidewalk repair locations. The review included the following: 1. Project Objective: The City is seeking recommendations for design repairs for deficient sections of its sidewalks to support Phase 2 of the project. 2. Repair Locations: Sidewalk Assessment Condition Map and Summary Table of Distressed Sidewalks. Draft DRAFT MEMORANDUM RELEASED UNDER THE AUTHORITY OF JENNIFER J. WALKER PE (C77079), DWRE, CFM ON 2024-12-09 AND SHOULD NOT BE USED FOR DESIGN OR CONSTRUCTION. C-1 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 2 The Sidewalk Assessment Condition Maps, shown in Appendix A, provides a comprehensive overview of all points on the sidewalks, curb, and gutter locations that require repair, totaling 8,773 identified locations. Of all locations, 93 locations have been classified as high priority due to their significant distress and immediate need for attention. Additionally, the accompanying summary table shown in Appendix A details the specific conditions of these distressed sidewalks and the types of repairs needed. The findings emphasize a strategic approach to sidewalk maintenance. The information will inform subsequent phases of the project, ensuring effective allocation of resources and timely repairs. Additionally, Watearth reviewed general topographic, soil, and FEMA floodplain data to consider when performing sidewalk repairs. The topography of Rancho Palos Verde varies significantly, and sidewalk repair locations range in elevations between 200 feet and 1,300 feet above mean sea level as shown in Exhibit 3. The majority of the high priority sidewalk repairs are located in Hydrologic Soil Group C as shown in Exhibit 4. Group C soil has a slow infiltration rate and mainly consists of soils with a layer that impedes the downward movement of water, or soils of moderately fine texture. It is also important to note that there are no expansive soils or any potential issues in this area since Group D soils have a high shrink-swell potential. There is no Group D soil present in the City of Rancho Palos Verdes. All the high priority sidewalk repairs are in FEMA Flood Zone X (< 0.2%) as shown in Exhibit 5. This is a low-risk flood zone outside of the 0.2% annual chance flood plain. The risk of flooding is reduced, but not completely removed. Methodology The site investigation informed and supported any recommendations that extended beyond or differed from the findings of the 2022 Report. During phase 1, Watearth field personnel visited the project area which consisted of 93 high-priority sidewalk repair locations identified in the RFP and either surveyed or collected a point with photographs and field notes. Watearth reviewed the previous study to formulate a cost-effective field plan, conducting field surveys alongside the site investigation and data collection efforts, reducing the need for additional site visits during the design phase. Prior to the fieldwork, the surveyor established criteria to ensure that the areas were surveyed and measured efficiently. Watearth also took two photos and a point using the ArcGIS Survey 123 application of each high priority location to document sidewalk distresses. The photos and Survey 123 points are shown in Appendix B along with a description of the sidewalk damage and a brief recommendation for repair. Site Visit Findings and Results During the site visit, Watearth assessed the conditions of the sidewalks and identified several deficiencies, which are outlined below: 1. Buckled Slabs: These occur when concrete slabs warp or lift due to ground movement, tree roots, or freeze-thaw cycles, creating tripping hazards. 2. Divided Slabs: This refers to slabs that have separated along their joints, often due to improper installation or ground settlement, leading to uneven surfaces. 3. Faulting: This condition involves vertical displacement at joints or cracks in the concrete, where one slab is higher than its neighbor, causing uneven walking surfaces (Ex. Figure 1). 4. Joint Spalling: This occurs when the edges of concrete joints deteriorate, often due to moisture infiltration and freeze-thaw cycles, leading to flaking and loss of material. C-2 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 3 5. Patch or Utility Cuts: These are repairs made after utility work, where sections of the sidewalk are saw cut and later patched, sometimes resulting in uneven surfaces if not properly leveled. 6. Punchouts: This term describes areas where sections of the sidewalk have broken away, often leaving voids or depressions that can pose safety risks. 7. Separation Between the Sidewalk and Curb: This issue occurs when there is a gap between the sidewalk and the curb, which can lead to drainage problems and create tripping hazards. Figure 1: Faulting with Difference in Grade between the Two Slabs, Creating Tripping Hazards Based on field reconnaissance findings, Watearth provided a summary of recommendations for sidewalk repairs. The recommendations considered the feasibility of applying industry-standard construction details, such as those established by APWA and local agencies, while also identifying site-specific cases where these standards may not be applicable. Notably, Watearth found that eight locations have already been repaired, eliminating the need for further repairs at those sites as shown in Exhibit 6. Supporting field notes in the provided photo log (Appendix B) detail special circumstances that could impact the project's design phase, including potential utility conflicts, existing vegetation, subgrade conditions, drainage improvements, and other obstructions. The 93 priority sidewalk repair locations are shown in Exhibits 1 and 2. Additionally, Watearth observed several instances where the driveway aprons require replacement to ensure proper alignment with the curb grade elevation. The repair is essential for maintaining uniformity and functionality within the streetscape. The responsibility for these replacements lies with the property owners. Addressing the necessary changes will enhance both safety and accessibility for pedestrians and vehicles alike. C-3 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 4 Repairs to existing sidewalks within the City of Rancho Palos Verdes will follow the standard details outlined in the city's approved plans and specifications. The required repairs typically include the replacement of damaged or uneven sidewalk panels, the installation of detectable warning surfaces at crosswalks and the adjustment of sidewalks to meet proper grading and drainage standards. Typical repairs include the examples shown in Appendix C which include Rancho Palos Verde’s Permit Plans and Specifications and Los Angeles County Public Works Standard Plans. Additionally, the City of Rancho Palos Verdes, as well as Los Angeles County, have established guidelines for proper sidewalk grading, jointing, and material use, ensuring uniformity in all sidewalk projects. Contractors are expected to adhere to these standards, utilizing materials and construction methods specified in the City’s or county’s details to ensure the safety, functionality, and long-term durability of the sidewalk infrastructure. Conclusions and Recommendations Based on Watearth’s document review and site visit, a list of conclusions and recommended priorities was developed, focusing on both severity and safety of the identified deviations. Conclusions A table indicating the location of sidewalk repairs describes the different repair categories and survey status as shown in Appendix D. Additionally, different damage types are detailed in the photo log (Appendix B). Overall conclusions are as follows: 1. Repair Category: Priority sidewalk repair locations have been separated into the following categories as shown in Appendix D: a. Repaired: Locations that have previously been repaired (Exhibit 6). Standards and regulations for past repairs will need to be confirmed, and additional survey will be required. b. Driveway Apron: Repairs will be the responsibility of the property owner to repair. c. Curb and Gutter: Locations will not be repaired as part of this contract. d. Tree Roots: All repairs where tree roots will be impacted will have to be addressed. Depending on ownership of the trees there are different requirements to follow, and survey will be required to confirm repair details. e. Standard Repair: Locations where a standard detail will be prepared. These are generally simple and straightforward repairs. f. Special Circumstances: Repairs that will require additional design greater than just a standard detail. These locations will require additional survey to confirm repair details. 2. Damage Type: The list below summarizes the different types of sidewalk damage encountered (Appendix B): a. Cracked and Uneven Pavement: Cracked and uneven pavement that is separated from adjacent concrete slabs results in tripping hazards and compromises pedestrian safety. b. Punchouts: Localized areas of punchouts, where sections of the slab are broken into pieces, were identified. These areas require immediate attention. C-4 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 5 c. Faulting: Significant faulting was observed, with patches of grass growing between slabs, indicating misalignment and a need for replacement to restore a level and safe surface. d. Tree Root Heaving: There are many repair locations that may require saw cutting out section of sidewalk and addressing tree roots that cause heaving and damage to sidewalks. e. Other: There are several sidewalk repair locations that are nearby utility features that will require special repair. Recommendations 1. First Priority Repairs: Address locations with significant trip hazards or those that pose immediate risks to pedestrians, such as uneven surfaces, cracks, or missing sections. These types of repairs should be completed as soon as possible to ensure public safety and are shown in Exhibit 7 and Appendix D. a. Watearth’s recommendations include saw cutting and replacing sections of the sidewalk and curb/driveway aprons to effectively address existing misalignments and deterioration. The process begins with saw cutting the sidewalk to create clean, precise edges, which minimizes damage to surrounding areas. Once the affected sections are removed, the subgrade needs to be prepared to ensure stability and proper drainage. New concrete will then be poured to match the existing curb grade elevation, ensuring seamless integration with the streetscape. This method not only enhances safety and accessibility for pedestrians and vehicles but also promotes long-term durability of infrastructure. b. Driveway apron repairs will be the responsibility of the property owner, to facilitate the smooth implementation of the necessary improvements. 2. Tree Roots: Sidewalk repair locations impacted by tree roots may require permitting and potential mitigation. If tree roots are ground down beyond a certain threshold, permitting could be necessary. In the event a tree needs to be removed, mitigation will be required and the ratio of replacement trees to the removed trees will need to be determined. Ownership of the trees will also determine the requirements necessary. Survey will be required for these locations to confirm repair details. 3. Second Priority Repairs: Focus on areas that, while not immediately dangerous, still show noticeable wear or damage that could worsen over time as shown in Exhibit 7 and Appendix D. These repairs will help prevent future hazards and maintain accessibility. 4. Previously Repaired Locations: Locations previously repaired (Exhibit 6) were likely repaired by property owners, and it is recommended that all locations are surveyed and standards and regulations are confirmed during phase 2 of the project. Watearth's recommendations align with all applicable laws, regulations, codes, and design standards which will be confirmed in Phase 2 of the project. Before commencing fieldwork, Watearth identified and documented all necessary details to address any deviations from standard procedures. Watearth’s field team included both a Designer and Engineer, ensuring a comprehensive evaluation of sidewalk distresses, infrastructure, and potential improvements or obstructions. To effectively implement the sidewalk repair plan, Watearth has conducted a thorough assessment of each area, documenting specific conditions. The data detailed in the photo log (Appendix B), provides a visual reference for the assessment of each location. The C-5 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 6 different repair types and methodologies for replacement are included in Table 1 below and Appendix D to show the process for repairing each type of sidewalk damage. Table 1: Methodology for Replacement Repair Category Number of Deviations Problem Solution Driveway Apron 2 Damage to driveway aprons that need repair. Repairs will be the responsibility of the property owner. Curb/Gutter 6 The curb and gutter exhibit cracks, holes, shifted and settled sections, eroded surfaces, and poor drainage due to structural issues. Repairs will not be funded as part of this contract. Standard Repair 46 The sidewalk exhibits various forms of deterioration, characterized by surface irregularities, misalignments, and structural deficiencies. Repairs will require standard detail drawings in phase 2 of the project. Saw cutting and replacing sections of the sidewalk to effectively address misalignments. Tree Roots 11 The sidewalk exhibits various forms of deterioration, characterized by sidewalk buckling from root heave. Heaving occurs when tree roots grow beneath the concrete, causing it to lift and create uneven surfaces. Tree ownership will help determine permitting requirements and responsibility for sidewalk repairs. Sidewalk repairs involving tree roots will be assessed individually, with survey and mitigation measures such as removal of the affected slab, addressing the root through cutting, grinding, or removing the tree. Root barriers and flexible sidewalks are options, although ADA accessibility will need to be confirmed during phase 2 of the project. Repaired 8 N/A During phase 2 of the project, previous repairs will need to be surveyed and confirmed to meet codes and regulations. It is likely that some or all repairs C-6 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 7 Repair Category Number of Deviations Problem Solution have been made by property owners. Special Circumstances 21 The sidewalk exhibits unique conditions or challenges. These may include uneven terrain, or specific accessibility requirements, necessitating a tailored approach to ensure proper alignment and stability. Site survey to assess the unique conditions, followed by a custom design to address specific challenges, ensuring proper alignment and accessibility. C-7 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair 8 References City of Rancho Palos Verde, Permit Plans and Specifications, https://www.rpvca.gov/DocumentCenter/View/2095/Standard-Plans-PDF, Accessed 10- 18-2024 City of Los Angeles, Los Angeles Municipal Code, https://engpermitmanual.lacity.org/construction-permits/reference-foundational- materials/municipal-code-ordinances/lamc-62104-repairs, Accessed 10-18-2024 County of Los Angeles, LA County Soil GIS Data, https://egis- lacounty.hub.arcgis.com/datasets/soil-types-feature-layer/explore, Accessed 10-18-2024 Federal Emergency Management Agency (FEMA), National Flood Hazard Layer (NFHL) Viewer, https://hazards- fema.maps.arcgis.com/apps/webappviewer/index.html?id=8b0adb51996444d4879338b 5529aa9cd, Accessed 10-18-2024 Los Angeles County Department of Public Works, Standard Plans, https://pw.lacounty.gov/des/design_manuals/StandardPlan.pdf, Accessed 10-18-2024 United States Geological Survey, The National Map, https://apps.nationalmap.gov/downloader/#/, Accessed 10-18-2024 Exhibits Exhibit 1 – Site Vicinity Map Exhibit 2 – Aerial Map Exhibit 3 – Topographic Map Exhibit 4 – Soils Map Exhibit 5 – FEMA Flood Zones Map Exhibit 6 – Repair Locations that have Already Been Repaired Exhibit 7 – Highest Priority Repairs Appendices Appendix A – Priority Sidewalk Repair Maps and Tables Appendix B – Photo Log Appendix C – Example Standard Plans Appendix D – Sidewalk Repair Categories C-8 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair Exhibits C-9 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 1 - Site Vicinity Map 24-079.0 A. Wilson - October 16, 2024 Project Location ± 0 21Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-10 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 2 - Aerial Photograph 24-079.0 A. Wilson - October 16, 2024 Project Location Los Angeles Torrance Rancho Palos Verdes Lomita Rolling Hills Palos Verdes Estates Rolling Hills Estates Redondo Beach Carson ± 0 21Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes Other Cities C-11 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County, USGS City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 3 - Topographic Map 24-079.0 A. Wilson - October 16, 2024 Project Location 0 100 2 0 0 3 0 0 400 5 0 0 600 70 0 800 900 1 0 0 0 1100 1200 130 0 1 4 0 0 1100 1200 100 300 10 0 10 0 400 200 300 200 40 0 1000 10 0 60 0 1 3 0 0 40 0 1000 900 1300 200 3 0 0 600 200 300 900 20 0 30 0 4 0 0 130 0 40 0 1 1 0 0 800 Rancho Palos Verdes Torrance Los Angeles Lomita Rolling Hills Palos Verdes Estates Rolling Hills Estates Redondo Beach± 0 21Miles Pacific Ocean 1,400 - 1,500 1,300 - 1,400 1,200 - 1,300 1,100 - 1,200 1,000 - 1,100 900 - 1,000 800 - 900 700 - 800 600 - 700 500 - 600 400 - 500 300 - 400 200 - 300 100 - 200 0 - 100 Sea Level Elevation (Feet) Other Cities City of Rancho Palos Verdes 100-Foot Contour Line High Priority Sidewalk Repairs Legend C-12 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County, USDA City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 4 - Hydrologic Soil Group Map 24-079.0 A. Wilson - October 16, 2024 Project Location Los Angeles Torrance Rancho Palos Verdes Lomita Rolling Hills Palos Verdes Estates Rolling Hills Estates Redondo Beach Carson ± 0 21Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes Other Cities Hydrologic Soil Group A B C C-13 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County, FEMA City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 5 - FEMA Flood Zone Map 24-079.0 A. Wilson - October 16, 2024 Project Location PACIF I C O C E A N UNKNOW N MALAGA CANYON AGUA AM A R G E C A N Y O N HA R B O R L A K E UNKNOWN Los Angeles Torrance Rancho Palos Verdes Lomita Rolling Hills Palos Verdes Estates Rolling Hills Estates Redondo Beach Carson ± 0 21Miles Pacific Ocean Legend High Priority Sidewalk Repairs FEMA Stream Intermittent Streams City of Rancho Palos Verdes Other Cities FEMA Flood Zone A AE AH D V VE X (< 0.2%) X (0.2 - 1%) C-14 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 6 - Repair Locations that have Already Been Repaired 24-079.0 A. Wilson - October 16, 2024 Project Location ± 0 21Miles Pacific Ocean Legend High Priority Sidewalk Repairs Locations Previously Repaired Locations Still Needing Repair City of Rancho Palos Verdes C-15 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Exhibit 7 - Highest Priority Repairs 24-079.0 A. Wilson - October 16, 2024 Project Location ± 0 21Miles Pacific Ocean Legend High Priority Sidewalk Repairs First Priority Repairs Second Priority Repairs City of Rancho Palos Verdes C-16 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair Appendix A Priority Sidewalk Repair Maps and Tables C-17 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310) 544 - 5252 publicworks@rpvca.gov SIDEWALK IMPROVEMENTS SUPPORTING INFORMATION Project Name: Pavement Management Program – Triennial Update 2022 CIP Code: 8844 Drafted by: Jeremiah H Sunwoo, Associate Engineer Date Drafted: February 28, 2024 EXCERPTS FROM PAVEMENT MANAGEMENT PLAN (2022) REVIEW Table 1: Summary of the distressed sidewalks categorized by assigned severity SEVERITY QUANTITY PERCENT OF TOTAL Very Low 6,150 70.1% Low 1,959 22.3% Medium 502 5.7% High 93 1.1% Misc. 69 0.8% Total Count 8,773 Table 2: Summary of the distressed sidewalks categorized by recommended repair METHOD OF REPAIR QUANTITY PERCENT OF TOTAL Grind 6,903 78.80% Ramp 325 3.70% PCC Repair 1,222 13.90% AC Repair 2 0.02% Sab Replacement 251 2.86% Miscellaneous 70 0.80% Total Count 8,773 C-18 2 Table 3: High severity sidewalk type, measurement, and recommended repair ID DISTRESS TYPE MEASUREMENT REC. REPAIR 20 Faulting Over 2 in Slab Replacement 27 Punchout Slab Replacement 29 Punchout 1/2 in to 1 in Slab Replacement 74 Faulting Over 2 in Slab Replacement 97 Sidewalk Curb Separation Over 2 in PCC Repair 121 Sidewalk Curb Separation Over 2 in PCC Repair 139 Sidewalk Curb Separation Over 2 in PCC Repair 141 Sidewalk Curb Separation Over 2 in PCC Repair 142 Sidewalk Curb Separation Over 2 in PCC Repair 153 Buckled Slab Over 2 in Slab Replacement 215 Faulting Over 2 in Slab Replacement 216 Sidewalk Curb Separation Over 2 in PCC Repair 255 Sidewalk Curb Separation Over 2 in PCC Repair 350 Faulting Over 2 in Slab Replacement 392 Sidewalk Curb Separation Over 2 in PCC Repair 453 Punchout 1/4 in to 1/2 in Slab Replacement 500 Faulting Over 2 in Slab Replacement 506 Faulting Over 2 in Slab Replacement 560 Faulting Over 2 in Slab Replacement 645 Lane / Shoulder Drop Off Over 2 in ND 650 Lane / Shoulder Drop Off Over 2 in ND 681 Faulting Over 2 in Slab Replacement 682 Faulting Over 2 in Slab Replacement 683 Sidewalk Curb Separation Over 2 in PCC Repair 727 Faulting Over 2 in Slab Replacement 728 Faulting Over 2 in Slab Replacement 769 Buckled Slab ND Slab Replacement 789 Buckled Slab 1/2 in to 1 in Slab Replacement 836 Faulting Over 2 in Slab Replacement 876 Punchout 1/4 in to 1/2 in PCC Repair 942 Faulting Over 2 in Slab Replacement 952 Punchout 1/4 in to 1/2 in Slab Replacement 1052 Faulting Over 2 in Slab Replacement 1134 Faulting Over 2 in Slab Replacement 1135 Joint Spalling Over 2 in PCC Repair 1210 Faulting Over 2 in Slab Replacement 1214 Punchout 1/2 in to 1 in Slab Replacement 1225 Faulting Over 2 in Slab Replacement 1247 Faulting Over 2 in Slab Replacement C-19 3 Table 3: High severity sidewalk type, measurement, and recommended repair ID DISTRESS TYPE MEASUREMENT REC. REPAIR 1253 Faulting Over 2 in Slab Replacement 1332 Faulting Over 2 in Slab Replacement 1424 Faulting Over 2 in Slab Replacement 1447 Faulting Over 2 in Slab Replacement 1448 Punchout 1/4 in to 1/2 in Slab Replacement 1519 Punchout 1/2 in to 1 in Slab Replacement 1553 Punchout 1/4 in to 1/2 in Slab Replacement 1554 Punchout 1/4 in to 1/2 in Slab Replacement 1685 Faulting Over 2 in Slab Replacement 1715 Punchout 1/4 in to 1/2 in Slab Replacement 1735 Faulting Over 2 in Slab Replacement 1736 Sidewalk Curb Separation Over 2 in PCC Repair 1751 Faulting Over 2 in Slab Replacement 1768 Joint Spalling Over 2 in PCC Repair 1772 Faulting Over 2 in Slab Replacement 1808 Punchout 1/4 in to 1/2 in Slab Replacement 1887 Faulting Over 2 in Slab Replacement 1901 Punchout 1/4 in to 1/2 in Slab Replacement 1921 Faulting Over 2 in Slab Replacement 1928 Punchout 1/4 in to 1/2 in Slab Replacement 1972 Faulting Over 2 in Slab Replacement 1988 Punchout 1/4 in to 1/2 in Slab Replacement 1990 Punchout 1/2 in to 1 in Slab Replacement 2016 Divided Slab Over 2 in Slab Replacement 2038 Sidewalk Curb Separation Over 2 in PCC Repair 2087 Joint Spalling Over 2 in PCC Repair 2222 Sidewalk Curb Separation Over 2 in PCC Repair 2242 Faulting Over 2 in Slab Replacement 2265 Joint Spalling Over 2 in PCC Repair 2351 Sidewalk Curb Separation Over 2 in PCC Repair 2466 Joint Spalling Over 2 in PCC Repair 2564 Faulting Over 2 in Slab Replacement 2647 Buckled Slab ND Slab Replacement 2652 Punchout 1/4 in to 1/2 in Slab Replacement 2658 Buckled Slab Over 2 in Slab Replacement 2660 Joint Spalling Over 2 in PCC Repair 2670 Joint Spalling Over 2 in PCC Repair 2699 Sidewalk Curb Separation Over 2 in PCC Repair 2746 Buckled Slab 1 in to 2 in Slab Replacement C-20 4 Table 3: High severity sidewalk type, measurement, and recommended repair ID DISTRESS TYPE MEASUREMENT REC. REPAIR 2814 Faulting Over 2 in Slab Replacement 3005 Buckled Slab 1 in to 2 in Slab Replacement 3021 Buckled Slab Over 2 in Slab Replacement 3151 Buckled Slab 1 in to 2 in Slab Replacement 3317 Faulting Over 2 in Slab Replacement 4372 Sidewalk Curb Separation Over 2 in PCC Repair 5387 Faulting Over 2 in Slab Replacement 6071 Sidewalk Curb Separation Over 2 in PCC Repair 6074 Sidewalk Curb Separation Over 2 in PCC Repair 7229 Faulting Over 2 in Slab Replacement 7230 Faulting Over 2 in Slab Replacement 8140 Faulting Over 2 in Slab Replacement 8440 Sidewalk Curb Separation Over 2 in PCC Repair 8602 Faulting Over 2 in Slab Replacement 8634 Punchout 1/4 in to 1/2 in PCC Repair C-21 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair Appendix B Photo Log C-22 Photo Log Rancho Palos Verdes Sidewalk Repairs 1 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 1: 26303 Barkstone Dr. Photo 2: 26303 Barkstone Dr. Patch/Utility Cut. Cracked and uneven pavement that has separated from adjacent concrete slabs, creating tripping hazards. Field notes: The area surrounding the repair is void of potential complications requiring additional attention. Repair should be straight forward. Photo 3: 5539 Bayridge Rd. Photo 4: 5539 Bayridge Rd. Punchout. Localized area of the slab that is broken into pieces. Field notes: Matching the existing driveway section will require special attention when tying into the existing surrounding slabs to keep the new sections from punching out again. C-23 Photo Log Rancho Palos Verdes Sidewalk Repairs 2 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 5: 26317 Silver Spur Rd. Photo 6: 26317 Silver Spur Rd. Significant faulting, with patch of grass growing between the two slabs, indicating misalignment. Field notes: The repair will require a significant amount of grade work to keep the new walk free from silt build up. Photo 7: 5318 Bayridge Rd. Photo 8: 5318 Bayridge Rd. Faulting. Repair and replacement of sidewalk at existing grade with sidewalk and pavers. Field notes: Existing brick pavers alongside the walkway will need special attention to keep them from breaking during construction. Repair will require the removal of an existing stump next to the walkway. C-24 Photo Log Rancho Palos Verdes Sidewalk Repairs 3 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 9: 26729 Hyte Rd. Photo 10: 26729 Hyte Rd. The concrete slab is divided by noticeable cracking between the two sections. Field notes: The amount of root trimming required will be determined once the existing damaged walkway is removed. The site will also require a significant amount of grade work to keep the new walkway free from silt build up. Photo 11: 26748 Hyte Rd. Photo 12: 26748 Hyte Rd. Faulting. Repair and replacement of sidewalk at existing grade with sidewalk. Field notes: The area surrounding the repair has many decorative plantings which will need to be protected in place during construction which will complicate the repair. C-25 Photo Log Rancho Palos Verdes Sidewalk Repairs 4 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 13: 26716 Hyte Rd. Photo 14: 26716 Hyte Rd. Punchout. Repair and replacement of entire section of sidewalk. Field notes: Brick course between the walkway and driveway will need to be protected in place if possible or removed and replaced. Photo 15: 26704 Hyte Rd. Photo 16: 26704 Hyte Rd. Punchout. Saw cut out section around water meter riser plate. Repair and replace. Field notes: The repair may require the removal and repair of the water valve riser pipe and stem, TBD during demolish. Repair will require coordination with the Water Department. C-26 Photo Log Rancho Palos Verdes Sidewalk Repairs 5 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 17: 59119 Grayslake. Photo 18: 59119 Grayslake. Punchout. Repair and replace entire section of sidewalk. Field notes: Repair will involve the temporary removal of existing chain link fence with vines. This will most likely involve a fence contractor for this site. Photo 19: 5919 Birchmont Dr. Photo 20: 5919 Birchmont Dr. Faulting with a large difference in grade between the two slabs, creating tripping hazards. Field notes: Possible root trimming will be required along with protecting existing decorative plantings during construction. C-27 Photo Log Rancho Palos Verdes Sidewalk Repairs 6 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 21: 26706 Grayslake Rd. Photo 22: 26706 Grayslake Rd. Faulting. Repair and replacement of sections of sidewalk. Field notes: Project site will require a significant amount of grading of the steep slope adjacent to the walkway. Photo 23: 3672 Cliffsite Dr. Photo 24: 3672 Cliffsite Dr. Water meter on each side. Remove entire section and match elevations of existing driveways on each side. Field notes: Repair will require tying into the existing concrete slabs, which are all three sides of the walkway. Resetting of water meter boxes and replanting of decorative plantings are also required for this site. C-28 Photo Log Rancho Palos Verdes Sidewalk Repairs 7 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 25: 2009 Trudie Dr. Photo 26: 2009 Trudie Dr. Minor cracking and spalling. Repair and replace sections of sidewalk. Field notes: Tying into the existing CMU wall will present some challenges to the project, depending on the wall foundation. The structural integrity of the existing CMU wall is compromised in the same general area as the fault in the walkway, which could be evidence of soil stability in that area. Additional investigation is required to complete the final design. Photo 27: 29002 S Highmore Ave. Photo 28: 29002 S Highmore Ave. Faulting observed causing a tripping hazard. Difficult repair due to significant difference in grade. Field notes: Previous repair at the entrance to the resident walkway shows signs of inadequate compaction when the area was reconstructed. C-29 Photo Log Rancho Palos Verdes Sidewalk Repairs 8 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 29: 28924 S Western Ave. Photo 30: 28924 S Western Ave. Joint spalling. Curb needs repair too. Repair and replace section of sidewalk and curb. Field notes: Site has many utility access points to underground utilities which have weekend the walkway slab. The new design may require a thick slab in the general area which will be able to support utility vehicles servicing the underground utilities. Photo 31: 2148 Dorado Dr. Photo 32: 2148 Dorado Dr. Driveway grade is higher. Driveway needs repaving. Field notes: Walkway is in generally good condition; driveway apron has lifted causing a tripping hazard. Sawcut a portion of the driveway and replace in line and grade with the walkway. C-30 Photo Log Rancho Palos Verdes Sidewalk Repairs 9 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 33: 28641 Mt Rushmore Rd. Photo 34: 28641 Mt Rushmore Rd. Pushed up sidewalk along curb causing difference in grade at joint. Field notes: Walkway and curbing show evidence of a large vehicle being driven across them causing the current damage. Subsurface compaction will need to be completed before new walk and curb are installed. Photo 35: 1812 W Toscanini Dr. Photo 36: 1812 W Toscanini Dr. Previously repaired. Field notes: Walkway and curb ramp repaired recently. The curb ramp needs to be checked to make sure it’s in compliance with current ADA standards. C-31 Photo Log Rancho Palos Verdes Sidewalk Repairs 10 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 37: 2005 W Toscanini Dr. Photo 38: 2005 W Toscanini Dr. Sidewalk pushed up causing difference in grade. Cracking along sidewalk. Electric vault next to sidewalk. Field notes: Walkway failure is most likely from a utility vehicle parking on the walkway. Recompact subgrade for the entire project area. Photo 39: 2004 W Toscanini Dr. Photo 40: 2004 W Toscanini Dr. Sidewalk pushed up. Cracking along joint. Corners of sections cracked and broken. Field notes: The repair appears straight forward. Decorative plants along one side of the walkway will need to be protected in place. C-32 Photo Log Rancho Palos Verdes Sidewalk Repairs 11 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 41: 2153 W Rockinghorse Rd. Photo 42: 2153 W Rockinghorse Rd. Cracking along sidewalk. Repair and replace sections of sidewalk. Field notes: The concrete driveway apron appears to have failed from possible oversize vehicle driving in and out of the property. Repair subgrade and increase driveway slab strength in final design. Photo 43: 6 Sail View Ave. Photo 44: 6 Sail View Ave. Sidewalk grade does not match grass along the side. Repair sidewalk. Surveyed 3 points in this location. Field notes: The area surrounding the repair is void of potential complications requiring additional attention. Repair should be straight forward. C-33 Photo Log Rancho Palos Verdes Sidewalk Repairs 12 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 45: 72 Sea Breeze Ave. Photo 46: 72 Sea Breeze Ave. Maintenance hole in the section of cracked sidewalk that needs replacement. Maintenance hole grade to be matched. Field notes: Most likely this walkway failure was due to heavy trucks parking on sidewalk when servicing the storm drain system. A possible solution is to increase the tensile strength of the walkway in this area. Photo 47: 24 Misty Acres Rd. Photo 48: 24 Misty Acres Rd. Faulting and heaving in sidewalk. Repair and replace sections of sidewalk. Field notes: The area surrounding the repair has some physical features which will create challenges. PVC fencing and plantings to be protected in place during construction. C-34 Photo Log Rancho Palos Verdes Sidewalk Repairs 13 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 49: 30540 Rue De La Pierre Photo 50: 30540 Rue De La Pierre Faulting across multiple sections of sidewalk. Field notes: Most likely sidewalk failure is due to heavy trucks cutting. Across the sidewalk at the intersection. Recompact subsoil in this area to meet the loading of large truck traffic. Photo 51: 7363 Via Lorado Photo 52: 7363 Via Lorado Faulting and cracking. Section by tree needs repair. Sections of sidewalk need repair. Field notes: This area will require root trimming before installing the new walkway. Multiple slabs have been affected by the existing tree and will need to be repaired. C-35 Photo Log Rancho Palos Verdes Sidewalk Repairs 14 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 53: 7363 Via Lorado Photo 54: 7363 Via Lorado Faulting in section of sidewalk near the tree. The section needs repair and the edges of concrete needs repair. Field notes: This area will require root trimming before installing the new walkway. Multiple slabs have been affected by the existing tree and will need to be repaired. Photo 55: 27648 Tarrasa Dr. Photo 56: 27648 Tarrasa Dr. Sidewalk heaved. Buckled section of sidewalk needs repair. Field notes: Repair looks to be straightforward and most likely caused by utility work in the area. C-36 Photo Log Rancho Palos Verdes Sidewalk Repairs 15 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 57: 28655 Crestridge Rd. Photo 58: 28655 Crestridge Rd. Faulting and curb separation. This location includes 2x high priority survey points. Field notes: Repair will be challenging due to the retaining wall, which could affect the subsoil depth and make compaction difficult. Photo 59: 28667 Crestridge Rd. Photo 60: 28667 Crestridge Rd. Curb gutter repair needed. Faulting on sidewalk needs repair. Field notes: Repair will be challenging due to the retaining wall, which could affect the subsoil depth and make compaction difficult. C-37 Photo Log Rancho Palos Verdes Sidewalk Repairs 16 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 61: 27637 Avenida Del Mesa Photo 62: 27637 Avenida Del Mesa Faulting along sidewalk. Driveway grade is higher than sidewalk. Sidewalk sections vary in height. Field notes: Curb cracking and faulting. Sidewalk needs repair as well. Repair will be challenging due to all the decorative plants and brick retaining wall in the area. A small portion of the driveway apron will need to be replace also. Photo 63: 26347 Dunwood Rd. Photo 64: 26347 Dunwood Rd. No repair needed for curb and gutter. Field notes: Other side of road may need repair. RFI needed for this point location. No walkway in the area identified in the RFP. C-38 Photo Log Rancho Palos Verdes Sidewalk Repairs 17 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 65: 26441 Basswood Ave. Photo 66: 26441 Basswood Ave. Faulting along sidewalk joints. Significant difference in grade. Field notes: Root trimming and reshaping the grade in this area. Most likely both walkway slabs will need to be replaced. Photo 67: 5433 Whitefox Dr. Photo 68: 5433 Whitefox Dr. Significant faulting across multiple sections of sidewalk. Corners of sidewalk sections cracked and broken. Field notes: The walkway damage was most likely caused by root damage. The tree has been removed so on-going root damage shouldn’t be a problem. A portion of the decorative fencing will need to be removed and then re-installed. C-39 Photo Log Rancho Palos Verdes Sidewalk Repairs 18 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 69: 5323 Manitowac Dr. Photo 70: 5323 Manitowac Dr. Buckled section of sidewalk. Significant grade difference from sidewalk to bare ground along the sides. Field notes: Project area will require extensive root trimming, along with some fine grading. The surrounding area does have decorative plantings which will need to be protected in place. Photo 71: 26619 Shorewood Rd. Photo 72: 26619 Shorewood Rd. Faulting along sidewalk. Multiple sections of concrete that need replacement. Field notes: Repair will be made more complicated because of the wooden retaining wall and decorative plantings. Looks possible to install walkway without removing the retaining wall. C-40 Photo Log Rancho Palos Verdes Sidewalk Repairs 19 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 73: 26622 Shorewood Rd. Photo 74: 26622 Shorewood Rd. Curb and gutter faulting that needs repair. Field notes: It appears that the curb and gutter were damaged by a heavy vehicle. There is also a large tree which could also be part of the problem. Root trimming and recompacting of the soil in the area will be required at a minimum. Photo 75: 26705 Fond Du Lac Rd. Photo 76: 26705 Fond Du Lac Rd. Significant repair needed. Buckled section of sidewalk. Field notes: Walkway damaged looks like it from heavy traffic driving over the walkway. Repair subgrade and tie into existing driveway to help support walkway when driven on. C-41 Photo Log Rancho Palos Verdes Sidewalk Repairs 20 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 77: 26971 Basswood Ave. Photo 78: 26971 Basswood Ave. Buckling and sidewalk curb separation needs repair. Field notes: Extensive root trimming will need to be done in the area before repair. Some fine grading will also be needed. Photo 79: 27137 Fond Du Lac Rd. Photo 80: 27137 Fond Du Lac Rd. Faulting along section of sidewalk causing significant tripping hazard. Field notes: Extensive root trimming will need to be done in the area. The site work will be challenging because of the steep slope along the one side of the walkway. C-42 Photo Log Rancho Palos Verdes Sidewalk Repairs 21 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 81: 5445 Eau Claire Dr. Photo 82: 5445 Eau Claire Dr. Punchout and cracking that needs repair. Field notes: The area surrounding the repair is void of potential complications requiring additional attention. Repair should be straight forward. Photo 83: 27028 Shorewood Rd. Photo 84: 27028 Shorewood Rd. Cracking and faulting along Shorewood Road. Field notes: The work site will be challenging due to the steep bank on the one side and decorative ground cover on both sides. Site will most likely need root trimming. C-43 Photo Log Rancho Palos Verdes Sidewalk Repairs 22 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 85: 27018 Shorewood Rd. Photo 86: 27018 Shorewood Rd. Cracking and faulting along Shorewood Road. Field notes: Challenging site due to all the different types of surfaces that the walkway butts up against. Site will most likely need root trimming. Photo 87: 27003 Indian Peak Rd. Photo 88: 27003 Indian Peak Rd. Faulting along section of sidewalk. Sidewalk and curb both need to be repaired and replaced along Indian Peak Road. Field notes: Root trimming and reshaping the grade will be required in this area. The steps leading up to the resident will be a design challenge, but necessary for safety. C-44 Photo Log Rancho Palos Verdes Sidewalk Repairs 23 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 89: 26840 Shorewood Rd. Photo 90: 26840 Shorewood Rd. Sidewalk faulting and cracking. Field notes: The area will require extensive root trimming and reshaping the grade along the walkway. Multiple slabs will need to be replaced. Photo 91: 395 Silver Spur Rd. Photo 92: 395 Silver Spur Rd. Previous repair has been completed. Field notes: Walkway has been repaired. ADA ramp needs to be checked to make sure it’s in compliance with current standard requirements. C-45 Photo Log Rancho Palos Verdes Sidewalk Repairs 24 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 93: 550 Deep Valley Dr. #217 Photo 94: 550 Deep Valley Dr. #217 Previous repair has been completed. Field notes: Walkway has been repaired. ADA ramp needs to be checked to make sure it’s in compliance with current standard requirements. Photo 95: 550 Deep Valley Dr. #217 Photo 96: 550 Deep Valley Dr. #217 Previous repair has been completed. Field notes: Walkway has been repaired. C-46 Photo Log Rancho Palos Verdes Sidewalk Repairs 25 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 97: 550 Deep Valley Dr. #297 Photo 98: 550 Deep Valley Dr. #297 Curb and gutter joint and sidewalk spalling. Field notes: Walkway failure most likely from the traffic signal post. Possibly from a vehicle accident. Sawcut out damaged area, repair may require traffic safety to be present during construction. Photo 99: 550 Deep Valley Dr. #297 Photo 100: 550 Deep Valley Dr. #297 Curb and gutter joint and sidewalk spalling. Field notes: It appears as if the subbase was not properly installed. Possible utilities underneath that could have caused it to fail C-47 Photo Log Rancho Palos Verdes Sidewalk Repairs 26 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 101: 5711 Ravenspur Dr. Photo 102: 5711 Ravenspur Dr. Buckled section of sidewalk. Entire length of sidewalk needs to be replaced. Field notes: Multiple slabs will need to be removed. Site conditions will be challenging because of the steep bank and chain link fence alongside the walkway. Photo 103: 5644 Ravenspur Dr. Photo 104: 5644 Ravenspur Dr. Curb separated from sidewalk with difference in grade. Field notes: Extensive root trimming will need to be done in the area before repair. Some fine grading will also be needed. C-48 Photo Log Rancho Palos Verdes Sidewalk Repairs 27 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 105: 27145 Freeport Rd. Photo 106: 27145 Freeport Rd. Sidewalk separation and grade difference between sections. Field notes: Repair will be difficult because the walkway is up against a block retaining wall. Photo 107: 27146 Woodbrook Rd. Photo 108: 27146 Woodbrook Rd. Faulting along section of sidewalk. Field notes: Challenging site with a steep bank on one side and tree roots on the other side. Root trimming and replacement of stone curb on the steep slope side. C-49 Photo Log Rancho Palos Verdes Sidewalk Repairs 28 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 109: 27719 Hawthorne Blvd. Photo 110: 27719 Hawthorne Blvd. Along Hawthorne Boulevard. Sidewalk may not need repairs in this location. Field notes: The area surrounding the repair is void of potential complications requiring additional attention. Repair should be straight forward. Photo 111: 27727 Hawthorne Blvd. Photo 112: 27727 Hawthorne Blvd. Along Hawthorne Boulevard. Some faulting cracking along sections of sidewalk. Field notes: The area surrounding the repair is void of potential complications requiring additional attention. Repair should be straight forward. C-50 Photo Log Rancho Palos Verdes Sidewalk Repairs 29 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 113: 27116 Grayslake Rd. Photo 114: 27116 Grayslake Rd. Along Grayslake Road. Repair and replace three sections of sidewalk due to punchouts, faulting, and cracking. Apron needs to be replaced as well. Field notes: Both the driveway and the walkway need repairing. Repair will be difficult to match against the existing pavers. Photo 115: 26945 Springcreek Rd. Photo 116: 26945 Springcreek Rd. Sidewalk punchout and cracking near driveway. Field notes: Both the driveway and the walkway need repairing. Repair will be difficult to match against the existing pavers. C-51 Photo Log Rancho Palos Verdes Sidewalk Repairs 30 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 117: 26945 Springcreek Rd. Photo 118: 26945 Springcreek Rd. Multiple sections of sidewalk need repair due to punchouts and cracking. Other locations were previously repaired. Field notes: Walkway most likely damaged during construction by heavy delivery vehicle. Repair should be straight forward. Photo 119: 1 Vía La Cima Photo 120: 1 Vía La Cima Sidewalk faulting in multiple locations resulting in grade difference. See next image. Field notes: Extensive root trimming will need to be done in the area before repair. Challenging grading along the steep bank side. C-52 Photo Log Rancho Palos Verdes Sidewalk Repairs 31 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 121: 28315 Lunada Ridge Dr. Photo 122: 28315 Lunada Ridge Dr. Curb and gutter joint spalling. Sidewalk needs repair as well. Field notes: Sidewalk separation. Sidewalk needs to match existing grade. Photo 123: 28424 Quailhill Dr. Photo 124: 28424 Quailhill Dr. Sidewalk faulting and grade difference when compared to driveway. Field notes: Driveway installed at the wrong grade and needs to be reconstructed. If driveway cannot be repaired, then Driveway apron and walkway will need to be replaced to reinstalled to match driveway grades. C-53 Photo Log Rancho Palos Verdes Sidewalk Repairs 32 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 125: 9 Vía Costa Verde Photo 126: 9 Vía Costa Verde Sidewalk curb separation and grade difference. Field notes: Repair will require grading in order to match curbing existing elevation. Photo 127: 28910 Indian Valley Rd. Photo 128: 28910 Indian Valley Rd. Curb and gutter joint spalling. Utility boxes and tree located near repair locations. Field notes: Extensive root trimming will need to be done in the area before repair. A new curb will be needed as well. C-54 Photo Log Rancho Palos Verdes Sidewalk Repairs 33 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 129: 29029 Covecrest Dr. Photo 130: 29029 Covecrest Dr. Curb and gutter joint spalling along driveway. Field notes: Repair will require grading in order to match curbing existing elevation. Photo 131: 6432 Seabryn Dr. Photo 132: 6432 Seabryn Dr. Curb and gutter separated from the sidewalk with grade difference. Field notes: Underground utilities will be challenging to work around. Concrete repair work should be straight forward. C-55 Photo Log Rancho Palos Verdes Sidewalk Repairs 34 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 133: 28810 Lomo Dr. Photo 134: 28810 Lomo Dr. Sidewalk faulting and needs replacement. Field notes: Retaining wall with decorative vines will be challenging. Possible conflict with underground utilities. Photo 135: 28436 Lomo Dr. Photo 136: 28436 Lomo Dr. Sidewalk and curb separation with grade difference. Field notes: Minor root trimming with straight forward concrete work. C-56 Photo Log Rancho Palos Verdes Sidewalk Repairs 35 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 137: 28129 Ridgethorne Ct. Photo 138: 28129 Ridgethorne Ct. Sidewalk and curb separation with grade difference. Field notes: Minor root trimming with straight forward concrete work. Photo 139: 6319 Ridgepath Ct. Photo 140: 6319 Ridgepath Ct. Sidewalk and curb separation with significant grade difference. Field notes: Minor root trimming with straight forward concrete work. C-57 Photo Log Rancho Palos Verdes Sidewalk Repairs 36 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 141: 6313 Ridgepath Ct. Photo 142: 6313 Ridgepath Ct. Sidewalk and curb separation and sidewalk cracking. Field notes: Root trimming needed to be done. Retaining walls may pose a challenge when installing new walkway. Photo 143: 6313 Ridgepath Ct. Photo 144: 6313 Ridgepath Ct. Sidewalk and curb separation. Cracking on concrete. Field notes: Root trimming needed to be done. Retaining walls may pose a challenge when installing a new walkway. C-58 Photo Log Rancho Palos Verdes Sidewalk Repairs 37 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 145: 27022 Springcreek Rd. Photo 146: 27022 Springcreek Rd. Faulting on sidewalk creating significant grade difference and tripping hazard. Field notes: Extensive root trimming will need to be done in the area before repair. Minor grading will also need to be completed before repair. Photo 147: 26772 Menominee Pl. Photo 148: 26772 Menominee Pl. Sidewalk punchout and cracking near driveway. Field notes: Repair will be challenging because of tying into all the different types of existing surfaces within the project site. C-59 Photo Log Rancho Palos Verdes Sidewalk Repairs 38 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 149: 6 Silver Spur Rd. Photo 150: 6 Silver Spur Rd. Previous repair has been completed. Field notes: Walkway repair is completed. Photo 151: 6 Silver Spur Rd. Photo 152: 6 Silver Spur Rd. Previous repair has been completed. Field notes: Walkway repair is completed. C-60 Photo Log Rancho Palos Verdes Sidewalk Repairs 39 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 153: 5037 Silver Arrow Dr. Photo 154: 5037 Silver Arrow Dr. Sidewalk punchout with cracking. Previous repair completed close by. Field notes: Repair will require grading of steep slope on the back side of the walkway. Photo 155: 27128 Fond Du Lac Rd. Photo 156: 27128 Fond Du Lac Rd. Sidewalk and curb separation. Field notes: Repair will require grading in order to match curbing existing elevation. Fencing may cause a challenge with the repair. C-61 Photo Log Rancho Palos Verdes Sidewalk Repairs 40 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 157: 5221 Silver Arrow Dr. Photo 158: 5221 Silver Arrow Dr. Sidewalk and curb separation with sidewalk cracking and curb cracking. Field notes: Special attention will be required when compacting around the existing utility box. Possible root trimming will be required. Photo 159: 5221 Silver Arrow Dr. Photo 160: 5221 Silver Arrow Dr. Faulting and cracking in small section of sidewalk. Field notes: Special attention will be required when compacting around the existing utility box. Possible root trimming will be required. C-62 Photo Log Rancho Palos Verdes Sidewalk Repairs 41 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 161: 26759 Basswood Ave. Photo 162: 26759 Basswood Ave. Curb and gutter cracking along Mossbank Drive. Field notes: Investigation needed to understand why the storm sewer cover is not in plane with the existing walk. Photo 163: 5557 Shoreview Dr. Photo 164: 5557 Shoreview Dr. Sidewalk separation at joint and heaving from tree roots resulting in a difference in grade. Field notes: Extensive root trimming will need to be done in the area before repair. Existing walkway appears to be under the existing retaining wall and will complicate the repair. C-63 Photo Log Rancho Palos Verdes Sidewalk Repairs 42 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 165: 6971 Grovespring Dr. Photo 166: 6971 Grovespring Dr. Sidewalk separation from curb with significant difference in grade. Field notes: Root trimming needed before repair. Shrubbery needs to be protected in place or removed and re-installed. Photo 167: 24 Misty Acres Rd. Photo 168: 24 Misty Acres Rd. Sidewalk faulting with difference in grade. Field notes: Fencing and decorative plants along the back side will need to be protected in place or removed and re-installed. C-64 Photo Log Rancho Palos Verdes Sidewalk Repairs 43 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 169: 24 Misty Acres Rd. Photo 170: 24 Misty Acres Rd. Sidewalk faulting with difference in grade. Field notes: Fencing and decorative plants along the back side will need to be protected in place or removed and re-installed. Photo 171: 32004 Sea Ridge Cir. Photo 172: 32004 Sea Ridge Cir. Sidewalk punchout with previous repair completed. Field notes: Sidewalk punchout previously repaired. C-65 Photo Log Rancho Palos Verdes Sidewalk Repairs 44 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 173: 27637 Avenida Del Mesa Photo 174: 27637 Avenida Del Mesa Sidewalk faulting in sidewalk section. Field notes: Decorative plantings and retaining wall will complicate repair. Some minor root trimming may be needed. Photo 175: 27637 Avenida Del Mesa Photo 176: 27637 Avenida Del Mesa Sidewalk separation from curb and faulting at the curb. Field notes: Extensive root trimming will need to be done in the area before repair. Curbing alignment needed and decorative plantings need to be protected in place. C-66 Photo Log Rancho Palos Verdes Sidewalk Repairs 45 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 177: 27637 Avenida Del Mesa Photo 178: 27637 Avenida Del Mesa Damage to section of sidewalk with difference in grade. Field notes: Driveway apron needs repair along with increasing the density of the sub base to support vehicle traffic on the driveway. Photo 179: 1837 Avenida Feliciano Photo 180: 1837 Avenida Feliciano Buckled section of sidewalk with cracking. Field notes: Extensive root trimming will need to be done in the area before repair. Fine grading along the backside will be needed. C-67 Photo Log Rancho Palos Verdes Sidewalk Repairs 46 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 181: 1734 Oldstone Ct. Photo 182: 1734 Oldstone Ct. Sidewalk and curb separation with difference in grade. Field notes: Extensive root trimming will need to be done in the area before repair. Tree grates to be re-installed. Photo 183: 28715 Goya Dr. Photo 184: 28715 Goya Dr. Sidewalk and curb separation with difference in grade. Field notes: Extensive root trimming will need to be done in the area before repair. Fine grading along the curb side will be needed. C-68 Photo Log Rancho Palos Verdes Sidewalk Repairs 47 High Priority Sidewalk Repairs in Rancho Palos Verdes, CA Photo 185: 1829 MacArthur St. Photo 186: 1829 MacArthur St. Sidewalk faulting and cracking near driveway. Field notes: Driveway apron needs repair along with increasing the density of the sub base to support vehicle traffic on the driveway. Photo 187: 29623 S Western Ave. Photo 188: 29623 S Western Ave. Bucked section of sidewalk with significant cracking. Field notes: Increasing the density of the sub- base to support vehicle traffic may be required. C-69 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location Via l a C ue sta Via S on o ma Montemalag a Dr Montem alaga D r Grayslake R d Iron w oodSt Wildbriar Dr C ape s w ood Dr Grandview Park H yt e R d M eno mine e P l M o s s ba nk D r F i ne c r est D r Bass w o o d A v e Clint Pl Li g h tf o o t Pl M a zur D r Cornerstone at Pedregal Elementary School Graylog St Via Campe s in a S il v e r Spu r R d Ba s sw o o d Av e Du nw oo d R d Bir ch f ie l d A ve Elmbank Rd B a y r i d g e Rd Diversey D r R ollin gridg e R d Silver Spur Elementary School Si lve r Spu r Rd Si l v e r S p ur Rd Ir onw oo d S t Bass w ood Ave W i llo w Woo d Rd Elkmont D r Montemala ga D r Dun woodRd Ind i a n P e ak Rd Fo nd du L ac Rd S h a d o w W o o d D r S h o re w o o d R d Littlebow R d Manitowac Dr Wh it efox D r Silve r S pring Dr Bl uem o u n d R d Peninsul a H i g h S c h o o l Haw thorne Blvd 9 87 65 4321 2221 1817 1615 1413 1211 10 7675 7473 7069 6867 6665 64 63 164 163 162161 152151 148147 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-70 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location R i o L i n da D r V illa Rosa D r H a wt h o r ne Blvd S e a m o u nt Dr R i d g e g a t e Dr C o v e r i d g e D r D o v e r r i d g e D r S h i r e O a k s D r R i d g e p o i ntCt R i d g e f e r n C t R i d g e f o r e s t Ct F r e e p o r t R d M o n e r o D r Spr i n g c r e ekRd Flamb e a u R d Fi ne c r est D r Wh i t es ton e R d Clint Pl C a t a l u n a P l W oodbroo k R d Hawthorne Blvd 107 Peacock Ridge R d K i n g A rthur C t Armaga S p r i ng R d C o v e c r e s t Dr H i g h r i d g e R d I n d i a n P e a k R d Hillt o p C ir R i dg e gat e Dr Ra v en spur D r Scotm i st Dr M e a d ow m i s t D r Q u ai l h il l D r Sho r e woo d Rd Via S e v il l a S p r u c e W a y C y p r e s s W a y Avocado L n A s p e n W a y O a k t r e e L n S y c a m o r e L n Ri d g e c o v e C t N Hawthorne Blvd 162161146145 144143140 126125 124123 122 121 120119 114113 112111 108107 106 105 104103 102101 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-71 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location Maycroft Dr Ind ian R ock D r Brookford Dr Pur p l e R i dg e D r St a rs t o n e Dr C l over c l i ff Dr A mberg a te D r S p r u c e g r o v e D r Hed gew o o d Dr G e r o n i m o D r Lark v a l e Dr H art c re st D r T r a ilr i d e r s D r W i l l ow t re e D r Vista Grande Elementary School Abbo tts woo d Dr Gro ves prin g D r Lunada Canyon Preserve Sant o n a D r V illa Rosa D r Lo br o ok D r Haz e l r i d g e D r B r a i d w o o d D r San N i c o l a s D r E l l a R d L o m o D r H a wt h o r ne Blvd 107 R i d g et h orne Ct T r a i l r i d e r s D r S e a m o u nt Dr P l a i n f i e l d D r Ab b ot t sw oo d D r L o brook D r R i d g e g a t e Dr G e r o n i m o D r R o t h r o c k D r E d d i n g h i l l D r C o v e r i d g e D r C e d a r b l u f f D r B r i a r h u r s t D r H a z e l r i d g e D r D o v e r r i d g e D r Seabryn D r S h i r e O a k s D r B l y t h e w o o d D r Bi rch m an D r S a n N i c o l a s D r Ce rt a DrE l l a R d M a d e l i n e C o v e Dr L e a c r e s t D r Ridg e t h o r n e C t R i d g e p o i ntCt R i d g e f e r n C t R i d g e f o r e s t Ct L o m o D r H a w t h o r n e B l v d Ki ngs H arbo r D r Ve r de Ri dg e R d Do ver r id g e D r S t a d ia Hil l L n 166165 144140 138137 136135 134133 132131 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-72 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location Mar g u e r i t e Dr Via V ictoria V i a V i c t o r i a L un ada V ista C a l le Entradero Paseo d e l l a L u z Berr y Hi l l Dr Vi a d e l C i e l o Via L o ra d o M a rg u eri t e Dr L a u r e l D r P a l o s V e r d e s D r W California Coastal National Monument Via B ori c a Via B or i ca V i a Rive r a Avenid a A ltis i m a A venida Elega n t e C r est R d Via B or i c a R u e L a n g l o i s Calle d e S u e n o s R u e V a l o i s R u e de l a Pi e rr e Via R iv era V i a V i c t o r ia C re st R d B err y Hill D r R ue l a F l e u r P a l o s V e r d e s D r W Point Vicente Elementary School 545352 5049 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-73 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location 107 D o v e r r i d g e D r Seabryn D r Shi r e O a k s D r 107 I n d i a n Va ll ey R d Coun t r y Ln Do ver r id g e D r S t a d i a Hil l L n Hawth orne Blvd K i n g A rthur C t Armaga S p r i ng R d Cov e c r e s t Dr Me a d o wm i s t D r Q u a i l h il l D r S p r u c e W a y C y p r e s s W a y A s p e n W a y Oakt r e e L n S y c a m o r e L n In dian Val l ey Rd W hitl ey C o llins Dr Sc o t woo d D r C restridge RdFir t h rid ge Rd Q ua ilwood Dr S t o necrest Rd S e a v i e w D r N Qua r t erhorse L n C o u n t r y Ln H i l l c r e s t Mdws As pe n Way Hillcrest M n r Rolling Hills Park Ridgecrest Middle School Palos Verdes Peninsula 132131 130129 128127 126125 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-74 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location S a nta Cr u z Sc o t woo d D r S e a v i e w D r N H i g h r i dge R d O ce a n Te rra ce D r S ea Bree z e Av e S ail V i ew Av e C o u n t r y Me ad o w R d P a c i f i caDr A n a c a p a S a n ta C r u z Misty A c res R d San Mig u e lSa n t a Ro s a C r e s t Rd Barkentine Canyon Preserve Quailwo o d D r S t o n e c r e s t R d Su nm ist D r 4847 4645 4443 172171 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-75 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location I n d i a n P e a k R d C y p r e s s W a y Avocado L n A s p e n W a y O a k t r e e L n Whitl ey C o llins Dr Nort h bay R d C restridge Rd Q ua ilwood Dr As pe n Way Ridgecrest Middle School Si l v e r A rr ow D r Silve r S p u r R d I n d i a n P e ak R d Indi an Peak R d W a r r i o r D r D e e p V a lley Dr B ro w nd eer L n H a le s c or ne r Rd Longhill Dr F a w n s k i n D r Flaming A rro w D r Aspe n W ay Ha wtho r n e B l v d The Avenue Of The Peninsula Shopping Center The Shops At Palos Verdes Shopping Center Soleado Elementary School Morning Star Academy The Center For Learning Unlimited Pacific Premier Bank Indian P e a k R d Cr e s t ridge Rd Dee p V alley Dr M i d dlecrest Rd Mistr idg e Dr O c e a nri d g e D r CalleStellare Crenshaw Blv d Town And Country Shopping Center Peninsula Community Church Academy E l m b r i d g e D r Golden A rrow Dr Longhill D r M i d d l e c r e s t R d McKay Property Open Space - RPV 9998 9695 9493 9291 6059 5857 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-76 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location F r e e p o r t R d Flambe a u R d Fi ne c r est D r Bass w o o d A v e Clint Pl W oodbrook R d Peacock Ridge R d I n d i a n P e a k R d Hillt o p C ir R a v en spur D r Sho r e woo d Rd Via S e v il l a S p r u c e Wa y C y p r e s s W a y Avocado L n A s p e n W a y O a k t r e e L n Hawthorne Blvd Si lve r Spur Rd Silv e r Sp u r Rd B a s s w o o d A v e In d i a n P e ak Rd Fo nd d u L ac Rd S h a d o w W o o d D r Sh or e w o o d R d Peninsu l a H i g h S c h o o l Haw thor ne Blvd Palos Verdes Peninsula High School Si l v e r A rr ow D r Silve r S p u r R d I n d i a n P e ak R d W a r r i o r D r H a le s c or ne r Rd Longhill Dr Fon d d uLac R d F a w n s k i n D r P e mbin a R d Ha wtho r n e B l v d The Avenue Of The Peninsula Shopping Center The Center For Learning Unlimited Pacific Premier Bank 9695 9493 9291 9089 8887 8685 8483 8281 8079 7877 7675 7473 162161 160159 156155 154153 152151 120119 112111 108107 106 105 104103 102101 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-77 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location S e a R a v e n D r P i rate D r P h a n t om Dr Forrestal Nature Preserve P al o s V erde s D r S Greve D r C re stRd Crest R d Luc a n ia D r Parkhurst D r Hightide D r Bendigo D r C a s ili n aDr C oolheights Dr Delun a D r Flo we r i dg e D r H er oic D r Corinna D r V i g ilanc e D r P ha n to m Dr Mira Catalina Elementary School Sea cl aire Dr Pa los V e r d e s D r E Palo V ista D r Seacliff Dr D eluna Dr Marymount California University-Oceanview Campus 2423 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-78 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location Santa R en a D r S WesternAve J a y b r o ok D r C a d d i ng t on D r V i s t a M a d e r a S a d d l e R d Ro c ki n g h o r s e Rd G u n t er R d Trud i e D r Home worth D r Be ech am Dr Men d o n D r D o ra doDr R on sard R d N E n r o s e A v e S M o n t e r e i n a Dr S We s t e r n A v e Upland St Upland St No bleView Dr Fair h ill D r N E n r o s e A v e W G eneral St W Elbero n S t WCrestw oo d St W MacArt hur St S B a y e n d D r Crestwood St Elementary School Caddington Dr W Par k W e ste rn D r T hi s t le w o o d W a y W B l o om wood R d V i a S ebas ti a n Trud i e Dr M o u n t S ha sta Dr M o u n t S a w t o o t h D r W C ap it o l Dr W Cap i t o l Dr W Cap i tol Dr Moun t R a i nie r R dWToscanini Dr S W e s t e r n A v e N Wes t e r n A v e Terrace At South Bay Shopping Center Park Western Place Elementary School Christ Lutheran Church & School W Am ar S t WGen e ral S t W Mac A r t h u r S t N Wes t e rn Ave S W es te r n A ve Park Plaza Shopping Center Peck Park and Community Center Brighter Days Montessori 4241 4039 3837 3635 3433 3231 3029 2827 2625 188187 186 185 184183 182181 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-79 Datum: NAD83, Units: US Feet Sources: CA State Geoportal, LA County City of Rancho Palos Verdes High Priority Sidewalk Repairs Design Photo Log Map 24-079.0 A. Wilson - October 16, 2024 Project Location M e m or i a l Te r r ac e D r Rolli n g V i s t a D r P a r k Vie w Dr Arroyo Dr M o nte cillo Dr Hillc re s t Dr ChapelDr E n c anto Dr Av en i d a Felic ia n o Hillcrest Dr N A v al o n D r Hillcrest D r S Lake View Dr P alo s Ver d es Dr N Green Hills Memorial Park De l a s o n d e D r C o n e st o g a D r Ave n i da A pr en da S a d d l e R d A l a f l ora D r Pon te ve d ra Dr Red o n de l a D r A v e n i d a C u a d e r n o E l d e n a D r Avenida Feliciano A v e n id a Estudiante G au ch o D r Carriag e D r Estr i b o D r Dodson Middle School 213 Lon g V ie w Dr B a y V iew Dr Pen insu l a Verde D r Mem o rialTe rr a c e D r Hi ll cr est Dr S W e s t e rn Ave 213 Hill s t o n e Hi lls t o ne W es tmo n t D r Ar r o yo D r Dalmati a D r Ta r r a sa D r S We s te rn Av e 6261 5655 180179 178 174 ± 0 0.20.1 Miles Pacific Ocean Legend High Priority Sidewalk Repairs City of Rancho Palos Verdes C-80 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair Appendix C Example Standard Details C-81 C-82 C-83 C-84 C-85 Technical Memorandum Ranchos Palos Verdes Sidewalk Repair Appendix D Sidewalk Repair Categories C-86 Photo Log # Address Location Priority Type Repair Category Survey Status 1 26303 Barkstone Secondary Priority Standard Repair Surveyed, Standard Replacement 2 26303 Barkstone Secondary Priority Standard Repair Surveyed, Standard Replacement 3 5539 BayridgeHigh Priority Standard Repair Standard Replacement, No Survey Required 4 5539 BayridgeHigh Priority Standard Repair Standard Replacement, No Survey Required 5 26317 Silverspur High Priority Special Circumstances Needs Design and Survey 6 26317 Silverspur High Priority Special Circumstances Needs Design and Survey 7 5318 Birchield & BayridgeHigh Priority Special Circumstances Needs Design and Survey 8 5318 Birchield & BayridgeHigh Priority Special Circumstances Needs Design and Survey 9 26748 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 10 26748 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 11 26748 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 12 26748 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 13 26716 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 14 26716 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 15 26704 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 16 26704 Hyte High Priority Standard Repair Standard Replacement, No Survey Required 17 59119 Grayslake High Priority Standard Repair Standard Replacement, No Survey Required 18 59119 Grayslake High Priority Standard Repair Standard Replacement, No Survey Required 19 5919 Birchmont High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 20 5919 Birchmont High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 21 26706 Birchmont High Priority Standard Repair Standard Replacement, No Survey Required 22 26706 Birchmont High Priority Standard Repair Standard Replacement, No Survey Required 23 3672 Cliffsite Dr, Rancho Palos Verdes CA, 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 24 3672 Cliffsite Dr, Rancho Palos Verdes CA, 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 25 2009 Trudie Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 26 2009 Trudie Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 27 29002 S Highmore Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 28 29002 S Highmore Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 29 28924 S Western Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 30 28924 S Western Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 31 2148 Dorado Dr, Rancho Palos Verdes, CA 90275 Responsibility of Property Owner Driveway Apron Surveyed, Responsibility of Property Owner 32 2148 Dorado Dr, Rancho Palos Verdes, CA 90275 Responsibility of Property Owner Driveway Apron Surveyed, Responsibility of Property Owner 33 28641 Mt Rushmore Rd, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 34 28641 Mt Rushmore Rd, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 35 1812 W Toscanini Dr, Rancho Palos Verdes, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 36 1812 W Toscanini Dr, Rancho Palos Verdes, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 37 2005 W Toscanini Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 38 2005 W Toscanini Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 39 2004 W Toscanini Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 40 2004 W Toscanini Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 41 2153 W Rockinghorse Rd, Rancho Palos Verdes, CA 90275 Responsibility of Property Owner Driveway Apron Surveyed, Responsibility of Property Owner 42 2153 W Rockinghorse Rd, Rancho Palos Verdes, CA 90275 Responsibility of Property Owner Driveway Apron Surveyed, Responsibility of Property Owner 43 6 Sail View Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 44 6 Sail View Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 45 72 Sea Breeze Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 46 72 Sea Breeze Ave, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 47 24 Misty Acres Rd, Rolling Hills Estates, CA 90274 Secondary Priority Standard Repair Surveyed, Standard Replacement 48 24 Misty Acres Rd, Rolling Hills Estates, CA 90274 Secondary Priority Standard Repair Surveyed, Standard Replacement 49 30540 Rue De La Pierre, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 50 30540 Rue De La Pierre, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 51 7363 Via Lorado, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 52 7363 Via Lorado, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 53 7363 Via Lorado, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 54 7363 Via Lorado, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 55 27648 Tarrasa Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 56 27648 Tarrasa Dr, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design C-87 57 28655 Crestridge Rd, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 58 28655 Crestridge Rd, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 59 28667 Crestridge Rd, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 60 28667 Crestridge Rd, Rancho Palos Verdes, CA 90275 Secondary Priority Standard Repair Surveyed, Standard Replacement 61 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 62 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 Secondary Priority Special Circumstances Surveyed, Needs Design 63 26347 Dunwood Rd, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 64 26357 Silver Spur Rd, Rolling Hills Estates, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 65 26441 Basswood Ave, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 66 26441 Basswood Ave, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 67 5433 Whitefox Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 68 5433 Whitefox Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 69 5323 Manitowac Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 70 5323 Manitowac Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 71 26619 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 72 26619 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 73 26622 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 74 26622 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 75 26705 Fond Du Lac Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 76 26705 Fond Du Lac Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 77 26971 Basswood Ave, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 78 26971 Basswood Ave, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 79 27137 Fond Du Lac Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 80 27137 Fond Du Lac Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 81 5445 Eau Claire Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 82 5445 Eau Claire Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 83 27028 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 84 27028 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 85 27018 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 86 27018 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 87 27003 Indian Peak Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 88 27003 Indian Peak Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 89 26840 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 90 26840 Shorewood Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 91 395 Silver Spur Rd, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 92 395 Silver Spur Rd, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 93 550 Deep Valley Dr #217, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 94 550 Deep Valley Dr #217, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 95 550 Deep Valley Dr #217, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 96 550 Deep Valley Dr #217, Rolling Hills Estates, CA 90274 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 97 550 Deep Valley Dr #297, Rolling Hills Estates, CA 90274 High Priority Special Circumstances Needs Design and Survey 98 550 Deep Valley Dr #297, Rolling Hills Estates, CA 90274 High Priority Special Circumstances Needs Design and Survey 99 550 Deep Valley Dr #297, Rolling Hills Estates, CA 90274 High Priority Special Circumstances Needs Design and Survey 100 550 Deep Valley Dr #297, Rolling Hills Estates, CA 90274 High Priority Special Circumstances Needs Design and Survey 101 5711 Ravenspur Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 102 5711 Ravenspur Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 103 5644 Ravenspur Dr, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 104 5644 Ravenspur Dr, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 105 27145 Freeport Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 106 27145 Freeport Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 107 27146 Woodbrook Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 108 27146 Woodbrook Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 109 27719 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 110 27719 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 111 27727 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 112 27727 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 113 27116 Grayslake Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required C-88 114 27116 Grayslake Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 115 26945 Springcreek Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 116 26945 Springcreek Rd, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 117 26945 Springcreek Rd, Rancho Palos Verdes, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 118 26945 Springcreek Rd, Rancho Palos Verdes, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 119 1 Vía La Cima, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 120 1 Vía La Cima, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 121 28315 Lunada Ridge Dr, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 122 28315 Lunada Ridge Dr, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 123 28424 Quailhill Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 124 28424 Quailhill Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 125 9 Vía Costa Verde, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 126 9 Vía Costa Verde, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 127 28910 Indian Valley Rd, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 128 28910 Indian Valley Rd, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 129 29029 Covecrest Dr, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 130 29029 Covecrest Dr, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 131 6432 Seabryn Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 132 6432 Seabryn Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 133 28810 Lomo Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 134 28810 Lomo Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 135 28436 Lomo Dr, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 136 28436 Lomo Dr, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 137 28129 Ridgethorne Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 138 28129 Ridgethorne Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 139 6319 Ridgepath Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 140 6319 Ridgepath Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 141 6313 Ridgepath Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 142 6313 Ridgepath Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 143 6313 Ridgepath Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 144 6313 Ridgepath Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 145 27022 Springcreek Rd, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 146 27022 Springcreek Rd, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 147 26772 Menominee Pl, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 148 26772 Menominee Pl, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 149 6 Silver Spur Rd, Rolling Hills Estates, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 150 6 Silver Spur Rd, Rolling Hills Estates, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 151 6 Silver Spur Rd, Rolling Hills Estates, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 152 6 Silver Spur Rd, Rolling Hills Estates, CA 90275 Confirm Repair Meets Codes and Regulations Repaired Repaired, Needs Survey 153 5037 Silver Arrow Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 154 5037 Silver Arrow Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 155 27128 Fond Du Lac Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 156 27128 Fond Du Lac Rd, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 157 5221 Silver Arrow Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 158 5221 Silver Arrow Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 159 5221 Silver Arrow Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 160 5221 Silver Arrow Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 161 26759 Basswood Ave, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 162 26759 Basswood Ave, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 163 5557 Shoreview Dr, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 164 5557 Shoreview Dr, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 165 6971 Grovespring Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 166 6971 Grovespring Dr, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 167 24 Misty Acres Rd, Rolling Hills Estates, CA 90274 High Priority Standard Repair Standard Replacement, No Survey Required 168 24 Misty Acres Rd, Rolling Hills Estates, CA 90274 High Priority Standard Repair Standard Replacement, No Survey Required 169 24 Misty Acres Rd, Rolling Hills Estates, CA 90274 High Priority Standard Repair Standard Replacement, No Survey Required 170 24 Misty Acres Rd, Rolling Hills Estates, CA 90274 High Priority Standard Repair Standard Replacement, No Survey Required C-89 171 32004 Sea Ridge Cir, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 172 32004 Sea Ridge Cir, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 173 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 174 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 175 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 176 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 High Priority Curb and Gutter Curb and Gutter Repairs Not Covered in Contract 177 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 178 27637 Avenida Del Mesa, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 179 1837 Avenida Feliciano, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 180 1837 Avenida Feliciano, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 181 1734 Oldstone Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 182 1734 Oldstone Ct, Rancho Palos Verdes, CA 90275 High Priority Tree Roots Tree Roots, Needs Survey, Permit Requirements Possible 183 28715 Goya Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 184 28715 Goya Dr, Rancho Palos Verdes, CA 90275 High Priority Special Circumstances Needs Design and Survey 185 1829 MacArthur St, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 186 1829 MacArthur St, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 187 29623 S Western Ave, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required 188 29623 S Western Ave, Rancho Palos Verdes, CA 90275 High Priority Standard Repair Standard Replacement, No Survey Required C-90 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and WATEARTH, INC. 01203.0006/1017174.1 1 D-1 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND WATEARTH, INC. THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on September 28, 2024, by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and Watearth, Inc., a California Corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS 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: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose D-2 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 2 intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of 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. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent 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, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant 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 D-3 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 3 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) 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 Consultant or by any subcontractor. (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant 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. (e) Apprentices. Consultant 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. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 (eight) hours in any one calendar day and 40 (forty) 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 Consultant in excess of 8 (eight) hours per day, and 40 (forty) 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 one and 1½ (one and one half) times the basic rate of pay. (h) 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, Consultant 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.” D-4 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 4 Consultant’s Authorized Initials (i) Consultant’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Consultant 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. Consultant 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. Consultant shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant 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 Consultant’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. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services 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. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the 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 may be caused by City’s own negligence. D-5 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 5 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services 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 Services or make changes 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 Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the Services, the Consultant becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Consultant becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Consultant shall inform the City’s Contract Officer of an anticipated Change Order. This proposed change order will stipulate the facts surrounding the issue, proposed solutions, proposed costs, and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. D-6 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 6 ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $22,720.80 (Twenty-two Thousand Seven Hundred Twenty Dollars and Eighty Cents) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant 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 Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, 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, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- Consultant contracts. Sub-Consultant charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. D-7 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 7 City shall independently review each invoice submitted by the Consultant 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 Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 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 Consultant, 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, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of D-8 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 8 this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Jennifer J. Walker CEO, Principal (Name) (Title) Adam Wolven Operations & Marketing Manager (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 foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant 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 D-9 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 9 writing by City. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant’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. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be Jeremiah Sunwoo, Associate Engineer, or such person as may be designated by the Director of Public Works. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent Consultant of City and shall remain at all times as to City a wholly independent Consultant with only such obligations as are consistent with that role. Consultant 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 Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant 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; all subcontractors included in the Proposal are deemed approved. In addition, 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. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. D-10 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 10 ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant 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. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 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. (b) Automobile liability insurance. Consultant 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 Consultant 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. Consultant 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 Consultant 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. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant 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. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant 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 D-11 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 11 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. (b) Duration of coverage. Consultant 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 Consultant, its agents, representatives, employees or subcontractors. (c) Primary/noncontributing. Coverage provided by Consultant 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. (d) 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 and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (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 Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant 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). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant 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 D-12 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 12 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 Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. 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. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) 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 Consultant’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. Consultant agrees to ensure that its subcontractors, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with Consultants, 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 the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’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, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. D-13 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 13 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant 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. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional D-14 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 14 services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies 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 Contract Officer 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 Contract Officer 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 three (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 Consultant’s business, custody of the books and records may be given to City, and access shall be provided by Consultant’s successor in interest. Notwithstanding the above, the Consultant 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. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant 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, Consultant agrees that if Consultant 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 or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 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 Consultant, its employees, subcontractors and agents in the performance of this D-15 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 15 Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant 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 hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the 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 Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant 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) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer 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 Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, 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 there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. D-16 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 16 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 Consultant 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 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 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 D-17 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 17 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant 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 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the D-18 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 18 compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set -off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 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 Consultant, 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 Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant 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 Consultant’s performance of services under this Agreement. Consultant 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 Contract Officer. Consultant 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 the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant 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. D-19 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 19 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that 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. Consultant 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. Consultant 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 Consultant 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, Consultant 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 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 City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, 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 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 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. 9.3 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. D-20 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 20 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. 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 Consultant 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. 9.5 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. 9.6 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 (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is 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. Consultant 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. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), 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. Consultant 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. Consultant’s Authorized Initials D-21 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 21 9.7 Corporate Authority. 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) that 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] D-22 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174. 22 Ara Michael Mihranian, City Manager Teresa Takaoka, City Clerk Elena Q. Gerli, City Attorney 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 ATTEST: APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP CONSULTANT: Watearth, Inc., a California Corporation By: Name: Jennifer J. Walker Title: CEO, Principal By: Name: Adam Wolven Title: Operations & Marketing Manager Address: 3371 Glendale Blvd., Suite 100 Los Angeles, California 90039 Two corporate officer signatures required when Consultant 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. CONSULTANT’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 CONSULTANT’S BUSINESS ENTITY. D-23 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174.1 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. 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) TITLE OR TYPE OF DOCUMENT PARTNER(S) GENERAL ATTORNEY-IN-FACT TRUSTEE(S) LIMITED NUMBER OF PAGES GUARDIAN/CONSERVATOR OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE D-24 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 01203.0006/1017174.1 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. 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) TITLE OR TYPE OF DOCUMENT PARTNER(S) GENERAL ATTORNEY-IN-FACT TRUSTEE(S) LIMITED NUMBER OF PAGES GUARDIAN/CONSERVATOR OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) SIGNER(S) OTHER THAN NAMED ABOVE D-25 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-1 01203.0006/1017174.1 EXHIBIT “A” SCOPE OF SERVICES D-26 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-2 01203.0006/1017174.1 D-27 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-3 01203.0006/1017174.1 D-28 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-4 01203.0006/1017174.1 D-29 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-5 01203.0006/1017174.1 D-30 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-6 01203.0006/1017174.1 D-31 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-7 01203.0006/1017174.1 D-32 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 A-8 01203.0006/1017174.1 D-33 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 C-1 01203.0006/1017174.1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. I. Section 2.2, Method of Compensation, is amended to read: (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. II. Section 2.4, Invoices, is amended to read: Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, 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, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- Consultant contracts. Sub-Consultant charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Consultant 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 Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five)30 (thirty) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. III. Section 7.2, Disputes; Default, is amended to read: D-34 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 C-2 01203.0006/1017174.1 In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City mayshall give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all disputed invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by sole reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. D-35 C-1 01203.0006/1017174.1 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 EXHIBIT “C” SCHEDULE OF COMPENSATION D-36 D-1 01203.0006/1017174.1 Docusign Envelope ID: 886E03DF-7C77-4E39-9CB3-C3DC1A411A08 EXHIBIT “D SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with the following schedule: Days to Perform A. Site Investigation & Data Collection 28-Days B. Preliminary Report 56-Days C. Draft Technical Memorandum 28-Days D. Final Technical Memorandum 14-Days II. Consultant shall deliver the following tangible work products to the City by the following dates. A. Preliminary Report of Findings – 6 Weeks Following NTP B. Draft Technical Memorandum – 6 Weeks Following NTP C. Final Technical Memorandum – 10 Weeks Following NTP III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Any further extensions require City Council approval. D-37 Proposal for City of Rancho Palos Verdes High Priority Sidewalk Repairs Design. Jeremiah Sunwoo, Associate Engineer City of Rancho Palos Verdes 30940 Hawthorne Blvd Rancho Palos Verdes, CA, 90275 Contact Watearth Principal Jennifer J. Walker PE, DWRE, ENV SP, CFM, QSD, LEED AP BD+C 3371 Glendale Blvd, Suite 100 Los Angeles, CA, 90039 213.248.4554 jwalker@watearth.com Page 1E-1 a. Cover Letter Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. a. Cover Letter Page 2E-2 Hello. I’m Jennifer J. Walker, from . This is a proposal that we wrote for Jeremiah Sunwoo and the City of Rancho Palos Verdes. We understand that you are looking for a consultant to assess and provide civil engineering design services for the repair of existing sidewalks at specific locations within the city. The primary goal is to ensure the safety and functionality of the city's sidewalks by addressing high-priority repairs. That’s what we do. Watearth is a DBE, WBE, SBE, S-Corporation civil engineering, water resources, and environmental science consulting firm specialized in addressing the exact type of Civil Design project identified in your solicitation. We are all good communicators, ensuring clear and effective collaboration throughout the project. Specifically, our staff of 15 engineers and environmental professionals has had continuous practice over the last five years working on civil design projects, including sidewalk projects like Kashmere Gardens, Metro Urban Design, and a large regional park project, which included ADA compliance, pathways, and sidewalks. For Adventure Park, we served as the lead consultant and project owner’s representative, providing both the technical work (planning, modeling, design) and the large- scale project management and bid/construction oversight necessary to bring this project to fruition. We are specialized in addressing the needs of small government agencies at the local level, like the City of Rancho Palos Verdes. More than 90% of our clients fall within this sector, so we recognize the challenges related to staffing, regulatory deadlines, budget constraints, and community and stakeholder engagements. These are challenges that we’ve become really good at resolving. Our goal is to serve people and communities, and that often starts with making sure the folks working in city government (including project managers) are being supported and advised during project execution. Watearth’s TRUSTED Signature Project Delivery™ process is designed to address these issues in seven steps that focus on client satisfaction and Watearth’s 15 years of being the best in the business. I look forward to working with you. You may contact me at jwalker@watearth.com or 213.248.4554. Page 3E-3 Table of Contents Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. Table of Contents a.Cover Letter 02 Table of Contents 04 b.Approach to Scope of Services 05 c.Organization and Staffing 14 d.Staff Qualifications and Experience 16 e.Project Schedule 27 f.Quality Control Plan 29 g.Acceptance of Conditions 31 Page 4E-4 b. Approach and Scope Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. b. Approach to Scope of Services Page 5E-5 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Scope of Work for Phase 1 Task 1: Site Investigation and Data Collection Consultant shall review the assessment made in the 2022 Pavement Management Program Report for the high priority distressed sidewalk locations. The observations and recommendations made in the 2022 Report are to be field verified through a comprehensive site investigation. The site investigation shall also serve to support any recommendations that are in addition to or deviate from the findings of the 2022 Report. Data collected shall be formatted and provided to the City in accordance with the scope of Task 2 described below. Watearth will review the prior study and develop a field plan as a cost-saving method. We will conduct field surveys during the site investigation and data collection tasks to avoid duplicate trips later in the design phase. The surveyor will establish criteria in advance of the fieldwork so that areas can be efficiently surveyed and measured on-site. Task 2: Report Findings and Preliminary Recommendations for Repairs By way of a formal Technical Memorandum, the Consultant shall provide a summary level of recommendations for sidewalk repairs based on the scope of investigative work described in Task 1. Recommendations shall include the feasibility of applying industry standard (e.g. APWA and/or local agencies) details for construction, while identifying site specific cases where standard details may not be feasible. The supporting field notes shall detail any special circumstances to consider as part of the Project’s future and separate design phase at specific locations, including but not limited to potential utility conflicts, existing vegetation, subgrade conditions, existing drainage improvements, or other potential obstructions. Watearth’s recommendations will align with all applicable laws, regulations, codes, and design standards, including ADA compliance, which we have successfully incorporated into many of our city-wide sidewalk projects. Before starting fieldwork, we will identify and document all necessary details to promptly recognize any deviations from standard procedures. Our fieldwork team will include both a designer and a biologist to provide a comprehensive evaluation of vegetation, infrastructure, and potential drainage improvements or obstructions. This approach ensures a thorough and coordinated assessment of the site. Task 3: Project Management Quality Assurance and Control (QA/QC) Consultant shall use best project management practices to ensure adherence to scope, schedule, and budget, as well as document communications between the Consultant and City, as required. Consultant shall coordinate and attend project meetings with City staff such as the project kickoff, bi-weekly progress meetings, deliverable reviews, and other focus meetings as needed to progress the project. The Consultant shall provide meeting agendas and minutes for each of these meetings. Consultant shall provide weekly updates of project progress to the City. All documentation shall be in conformance with formats and file organization structures consistent with the City procedures. The Consultant’s QA/QC process shall be implemented for all tasks, including those involving calculations and/or deliverable products. The GIS exhibits you send always really POP. Juve Zamora Plummer Associates The report was a really good one. Very thorough. The Country Club really liked it and are excited to work on the recommendations. The City also like it – good and comprehensive. Project management and communication was really good regarding status, technical memos, and keeping us in the loop. Goutam Dobey City of Redlands Page 6E-6 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Watearth will provide the City with full-service project management processes through our TRUSTED™ Project Delivery Process. A core value of our project management approach is to make the City’s job easier. The Watearth team believes the key elements to successful project execution are as follows, in no particular order: • Defining scope budget, schedule, and milestones; • Forecasting, and communicating estimates of project completion, on a weekly or bi-weekly basis; • Being responsive and maintaining clear, effective communication with stakeholders; • Ensuring quality work and executing the work on time; • Ensuring diversity and inclusion of team members; and Consistent communication with the City throughout the life of the project. Additionally, Watearth project management will ensure that our QA/QC plan is followed throughout the project. QA/QC is not enforced simply at the end of project milestones, but throughout the project, using guidelines for consistent and proactive communication between technical personnel and their immediate supervisors. The QA/QC process will extend to the City staff as well, ensuring project goals are maintained and executed in a manner that the entire project team agrees upon. Deliverables As part of the Scope of Services, Consultant shall prepare and deliver the following tangible work products to the City. 1. Draft Technical Memorandum providing the information listed as follows: a. Summary of approach to the review of existing documentation, reports, and recommendations. b. Summary of initial findings associated with the review of existing documentation, reports, and recommendations. c. Summary of approach to the site investigation conducted. d. Summary of findings and preliminary recommendations for repairs. e. Accompanying Site data collected and electronic files generated as described in the Scope of Work section of this RFP. 2. Final Technical Memorandum inclusive of the above listed revised deliverables and reflective of the joint (City and Consultant) review of, and associated comments to the draft Technical Memorandum, and any additional investigative work performed following delivery of the draft Technical Memorandum. 3. Weekly progress reports, meeting agendas and minutes Below you will find five areas the City of Rancho Palos Verdes has identified for sidewalk repairs. We have provided exhibits and a table detailing how we will address the conflicts at each location and the ease of repair. Your emails summarizing what has been worked on and what is needed is really helpful and keeps us focused to make sure we remain responsive. Enrique Baul Los Angeles County Public Works Regarding Watearth’s performance on the Sorensen Park project: Overall communication is good. Responses to questions and comments are timely. The quality of deliverables is excellent; they’re organized neatly and present all relevant information. Anything that requires urgent or immediate action is handled efficiently. Eric Bonilla LACPW Page 7E-7 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Conflict Design Ease of Repair At this Crest Rd location, the water valve cover is hanging off the edge of the sidewalk and the curb is broken. Depending on the location of the buried valve box, this repair will involve the replacement of the valve box cover and or valve box. The existing curb will need to be sawcut and replaced along with the sidewalk. This will be a very difficult repair. 5 of 5 with 5 being the most challenging. Page 8E-8 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Conflict Design Ease of Repair At this Hawthorne Blvd location, there is a gap in the sidewalk with an empty tree box. Remove existing compromised base material and replace it with new compacted base. Dowel the three sidewalk sides and replace with new concrete per county standards. This will be a more challenging repair requiring the new section to match the existing faces so as to cause a trip hazard. 4 out 5 with 5 being the most challenging. Page 9E-9 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Conflict Design Ease of Repair At this Indian Valley Location, a piece of the sidewalk is broken. Sawcut a full section of the existing walkway in the damaged area. Replace with new concrete per county standards. This would typically be an easy repair. 2 of 5 with 5 being the most challenging. Page 10E-10 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Western Conflict Design Ease of Repair At this Western location (Left Image), the sidewalk surrounding the communications box is cracking. Remove the entire damaged section. Recompact the base material around the utility box. Sawcut a larger width and place new concrete per county standards. This not an overly changeling repair, proper compaction of base material is key. 3 out 5, with 5 being the most challenging. At this Western location (Right Image), the tree box has been filled with asphalt. Sawcut a full section of the walkway out in the damaged area. Replace with new concrete per county standards. This would typically be an easy repair. 2 of 5 with 5 being the most challenging. Page 11E-11 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Standard Concrete Walkway Detail Page 12E-12 Approach and Scope Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Phase 2 Our comprehensive work for Phase 1 will help us streamline the design process for Phase 2. Building on the foundation we've established; Phase 2 will not only focus on the detailed design of the sidewalks but will also address several critical aspects to ensure the project’s success. This includes developing Operation and Maintenance (O&M) plans for the city, identifying potential stormwater mitigation measures, planning for vegetation replacement, ensuring ADA compliance, and more. By integrating these elements, we aim to deliver a holistic and sustainable solution that meets the City of Rancho Palos Verdes' needs. Page 13E-13 c. Organization and Staffing Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. c. Organization and Staffing Page 14E-14 Project Manager and Engineer of Record Jennifer J. Walker PE, D.WRE, ENV SP, CFM, QSD, LEED AP BD+C PE of Record. Project Management. Client Coordination. Civil Design Oversight. 65% on project. Deputy Project Manager Sinem Kilic Ph.D Project Management. Client Coordination. Planning Phase. 90% on project. Watearth © 2024 Senior Civil Engineer Mark Alan Locke PE Design. Cost Estimate. 80% on project. Senior Designer Brian Meade Recommendation. Civil Design. Survey. 85% on project. Support Staff Key Staff GIS Alyssa Wilson 65% on project. The project Manager and key staff will remain assigned to this project through the completion of the Scope of Services. Additional staff will be provided if needed. Vegetation and Site Investigation Lee Vella 65% on project. City of Rancho Palos Verdes Project Manager Jeremiah Sunwoo Page 15 E-15 d. Qualifications and Experience Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. d. Staff Qualifications and Experience Page 16E-16 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Company Background Watearth helps clients and communities by protecting the environment and improving infrastructure. We are a mix of engineers and environmental professions and provide civil engineering, water resources, and environmental services. We have developed a niche understanding of California’s unique and varied climate challenges, including in the Rancho Palos Verdes and Los Angeles County region, and we have tailored our skills toward addressing these challenges since we began operating in California 15 years ago. Founded in 2008, Watearth has spent 15 years focused on both gray and green solutions. Watearth has produced award-winning design projects in Southern California, which is a testament to our TRUSTED™ Signature Project Delivery. Watearth has experience documenting and addressing design issues through detailed notes and a comprehensive design decision matrix. We are proficient in conducting field inventory surveys, managing design decisions and conflicts, and understanding standard details. Our role as the owner's representative and our work in the construction phase on projects like the Adventure Park stormwater capture and San Rafael industrial facility have equipped us with the ability to anticipate and resolve issues contractors might face. Our designer’s construction phase experience has enabled us to hand-in-hand with contractors to make necessary adjustments when ADA installations deviate from original designs. Our expertise extends to developing system-wide design criteria, as seen in our civil and green infrastructure design for Houston Metro and Houston sidewalks neighborhoods. For the LA Sidewalks project, we successfully incorporated ADA-compliant sidewalks into an impact analysis, identifying conflicts and typical scenarios for fitting stormwater controls to mitigate sidewalk impacts. We also assess the need for stormwater controls to offset additional impervious cover resulting from sidewalk widenings and additional ramps. Our civil design emphasizes ADA compliance in both site design and public right-of-way sidewalks. We have demonstrated this on projects like Buena Park Orangethorpe CIP Project, Fontana LID Project, Nuview 100% Stormwater Infiltration Project, 4 Citrus Heights Projects, San Rafael Industry Facility, and various parks planning projects, including Harbor and Sorensen and Adventure Park design under the same contract. This is the fastest I’ve seen things distributed. It went very well, and this was a good week. Louis Romero Los Angeles County DPW Page 17E-17 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Prior Experience City Sidewalk Plan for Gulfton and Kashmere Gardens. Watearth developed baseline analyses for two case study neighborhoods and city-wide, conducted hydrologic modeling, and participated in city-wide stakeholder meetings. Our efforts aimed to transform an inequitable neighborhood by enhancing safe sidewalks, walkability, shade, green infrastructure, health and wellness, and reducing flooding, using the neighborhood as a pilot for city-wide improvements. We provided hydrologic analyses using PC-SWMM software to assess stormwater infrastructure performance under existing and proposed conditions, determining the impact of green stormwater infrastructure. Our Baseline Analysis Report identified potential sidewalk flooding impacts and proposed solutions to mitigate these issues. In addition, we performed a detailed desktop review and sidewalk audit of existing stormwater infrastructure in Gulfton and Kashmere Gardens. Throughout the project, we held seven City-Wide Stakeholder meetings to gather input and feedback. We created a Community Resilient Sidewalks Program, which included an existing conditions analysis, community vision, and technical specifications for new and existing sidewalks. Our recommendations for storm sewer improvements included green stormwater infrastructure such as trees, permeable sidewalks, and bioretention, emphasizing multi-functional design that is resilient, safe, equitable, and innovative. This Tool Kit offers technical and creative solutions for city-wide implementation. Reference Mukul Malhotra; Principal; MIG; 317 Lexington Avenue, Suite 2, San Antonio, TX 78215; (510) 845- 7549; mukulm@migcom.com Houston Metro Urban Design Master Planning. Watearth developed a comprehensive Draft Design Manual aimed at enhancing sustainability and resilience across METRO's transit environments. Initially, we reviewed existing METRO guidelines and provided input on data collection to identify opportunities for incorporating green infrastructure and sustainable stormwater management. Our work included creating GIS exhibits and mapping to assess environmental conditions and potential improvements for bus stops, rail stops, transit centers, park-and-rides, and transit-oriented developments. As we progressed to the 50% and 75% stages, we developed prototypical studies and detailed 3D diagrams to integrate green infrastructure, sustainability approaches, and resilient design elements, with a particular emphasis on the design of sidewalks and connections. Our focus extended to material selection and LEED/ENVISION scoring systems, ensuring that the final manual reflected the highest standards of sustainability and environmental stewardship. Throughout the project, we engaged in multiple review meetings and workshops with METRO to incorporate feedback and refine our approach, culminating in a final submission that aligned with METRO’s vision for a more sustainable and resilient transit system. Page 18E-18 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Reference Darren Sharkey; Bowman; (713) 993-0333; dsharkey@bowman.com 40 million dollar Adventure Park Civil Design including grading, pathways, and ADA Sidewalks in Whittier. This Caltrans-funded project in the San Gabriel River Watershed focuses on enhancing sidewalks and pathways, ensuring ADA compliance, and engaging the community. We diverted water into a 19.5-acre-foot underground stormwater capture facility, with untreated discharges sent to the sanitary sewer and overflows treated on-site. Watearth upgraded sidewalks and pathways to meet ADA standards, improved lighting, and ensured safety. We prioritized community engagement by preparing multilingual materials, interpretive signage, and organizing outreach events to incorporate local input. Our team handled environmental documentation and permitting, developed a Water Quality Management Plan (WQMP), and an Operations & Maintenance (O&M) Plan for Low Impact Development (LID) features with native plants. We also conducted Phase I and II Environmental Site Assessments and groundwater monitoring. By enhancing accessibility and safety, replacing outdated recreational equipment, and focusing on community needs, we ensured the project benefits all residents. Our proactive management and collaboration with Los Angeles County helped secure the $15M Caltrans grant and additional Safe Clean Water program funds, delivering sustainable and inclusive improvements to the community. Reference Louis Romero; Capital Projects Management Associate; Los Angeles County Public Works; 900 S. Fremont Avenue Alhambra, CA 91803 ; (626) 300-3221; loromero@dpw.lacounty.gov Citywide Sidewalk Repair Program for the City of Los Angeles. Provided Water Resources chapter of the EIR including high- level, complex citywide analysis for water resources impacts to replacing sidewalks and driveways to adhere with American’s With Disabilities Act and air quality. Modeled the existing water quality conditions and compared with two possible scenarios to assess the possible impacts alterations to impervious cover would have on water resources. Prepared a hydrology and water quality assessment. Performed EPA SWMM modeling of pre-project and post-project hydrology for a range of slopes and soils for multiple design storm events to assess hydrologic impacts at the block level or project level for a range of conditions. Design-Build Project including Sidewalks and ADA Compliance. Watearth, serving as the Owner’s representative, provided comprehensive project and construction management services for this confidential Design-Build project. Our civil design services included utility coordination and grading plans from 60% to 100% completion, as well as peer reviews of architectural, structural, vertical integration, and MEP disciplines. We also offered construction phase value engineering. In collaboration with planning and zoning, we facilitated property use clearance and Page 19E-19 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. worked with public works and engineering to limit architectural modifications to the existing structure, thus avoiding additional right-of-way dedication that would necessitate building demolition. As the owner’s representative, Watearth ensured the project team stayed on track, providing direct contracting with the project owner and oversight of architectural, structural, and MEP sub- consultants, as well as real estate acquisition and construction assistance. Notably, we secured one of the first permits in California for this facility type. For the sidewalks and ADA compliance aspects, we worked closely with the contractor to make field adjustments when the sidewalk and ADA paving were installed incorrectly, ensuring compliance with ADA and general safety requirements. This also included retrofitting the water meter box to match the proposed paving level at the sidewalk. Two-way Pump Station Design including Water Line. Watearth actively participated in the civil design for the California American Water San Diego County District Strand Two-Way Pump Station project. Our scope included providing Civil Plans, Specifications, and Estimates (PS&E) for the Caltrans Right-of-Way and adjacent to a bikeway, the project required careful coordination and compliance with CEQA guidelines. We prepared a CEQA Categorical Exemption, reviewed applicable regulations, assessed the project's eligibility, and documented potential environmental impacts for filing. Our civil design services included performing a comprehensive topographic survey of the project area with a 500-foot buffer to accommodate new electrical transmission lines. This involved data collection and mapping of existing terrain, elevations, features, and utilities. Additionally, we conducted a desktop utilities survey and visual identification of utilities, examining as-built documents. The results of these surveys were meticulously documented on the civil plans, ensuring accurate representation and integration of the existing and proposed utilities. By addressing the deficient pumping power and maintaining the integrity of the bikeway and surrounding infrastructure, Watearth's civil design efforts ensured a seamless and efficient project execution within the public right-of-way. Two Large Park Concept Design including Landscape and civil. Watearth led feasibility studies for both the Sorensen Park and Harbor City Park stormwater capture projects, applying the Safe, Clean Water Program’s guidelines to evaluate their suitability for multi-benefit stormwater infrastructure. At Sorensen Park, we designed an underground stormwater capture facility to alleviate flooding and improve water quality, incorporating nature-based solutions like bioretention and native vegetation, and emphasizing ADA-compliant pedestrian walkways. The project included developing plans, specifications, and estimates, performing hydrologic and hydraulic modeling, and engaging with the community through outreach meetings. Similarly, Page 20E-20 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. the Harbor City Park project featured both underground and above-ground stormwater capture systems, enhancing recreational benefits with restored baseball fields and nature- based LID features. We conducted extensive fieldwork and hydrology analysis and coordinated community engagement to inform and gather input from local residents. Both projects aimed to transform disadvantaged neighborhoods by integrating green infrastructure, promoting infiltration, and improving stormwater management, all while enhancing the community's recreational spaces and ensuring ADA compliance. Santa Monica BMPs O&M Manual Asset Management and Categorizing issues with Pavements. Watearth developed an extensive O&M Plan for the City of Santa Monica's BMPs, ranging from permeable pavement and LID BMPs to manufactured BMPs. We conducted site reconnaissance of BMPs, evaluated manufactured treatment systems, and custom designed wet and dry weather stormwater treatment at the SMURF facility, incorporating filtering, ultraviolet disinfection, and other measures. Our efforts included creating customized O&M fact sheets and inspection sheets for all BMPs maintained by the city. This comprehensive O&M manual also encompassed asset management and categorizing issues with paving, providing detailed documentation that the City used as criteria for hiring a maintenance contractor. It Included site investigation of all stormwater BMPs within the City including permeable pavement in parking lots, sidewalks, and alleys. Included pavement condition assessment and categorization Design and Construction project for a Unified School District. Designed and oversaw construction of stormwater infiltration (LID) features throughout three campus sites. Included recycled water reuse, LID modeling, landscape design and plant palettes, irrigation design, civil design, water conservation, O&M Plan, monitoring plan, cost estimates, interpretive signs and construction specifications, SWPPP, and WQMP. Incorporated water supply into design and specifications. Construction inspection to specifications. The sidewalk design included permeable pavement and ADA compliance. 100% Stormwater Infiltration, Low Impact Design and Construction including Civil Design and Landscape. Nuview Elementary School Parking Lot Stormwater Infiltration Project showcases the benefits of post-construction stormwater Best Management Practices (BMPs) and Low Impact Development (LID) features at the Nuview Union School District’s (USD’s) main campus. This project was partially funded by the State of California through a Proposition 84 grant. This project included redevelopment of an existing school site to solve structural flooding and included solar parking structures and 100% Page 21E-21 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. infiltration/evaporation of stormwater from the porous asphalt parking lot. The retrofit includes the following LID features: porous asphalt, infiltration trenches, vegetated buffers to block low-blowing dust from nearby open space, other dust blocking design features, and extreme event overflow elements into an existing infiltration basin and play field. Included LID modeling, landscape design, civil design, water conservation, O&M Plan, interpretive signs, monitoring plan, cost estimates, SWPPP, WQMP, & grant application assistance. Performed cost-benefit analysis. Evaluated risks from multiple hazards. Managed risk of flooding through design modifications. Incorporated resiliency and redundancy into system design with multiple design features. Completed project on-schedule within compressed design-build like schedule and at contracted budget. Performed value engineering and redesigned elements of project to adhere to client’s available budget once bids were received. Included sidewalks and ADA design while minimizing cut and fill and reducing risk of flooding of existing building that had flooded multiple times previously. Design and PS&E Services for a City Intersection with ADA Compliance. Watearth alleviated flooding near the Orangethorpe and Stanton intersection through alternatives analysis, design, and construction-phase services. Watearth's scope included modeling hydrologic conditions with 2D XP- SWMM, designing a stormwater drainage system using bioretention and proprietary tree boxes (Filterra), and creating a Water Quality Management Plan (WQMP), Operations and Maintenance Plan (O&M), and an Erosion and Sediment Control Plan (ESCP). We prepared 75%, 90%, and 100% construction drawings for new storm drains and Low Impact Development (LID) features, with a focus on ADA compliance for site design and sidewalks within the public Right-of-Way (ROW). Our civil design included storm drain CIP plans and LID/hydromodification management features, complemented by one-dimensional and two- dimensional flow modeling. Watearth also performed construction inspections to ensure design adherence, providing accessible and sustainable infrastructure improvements. City of Citrus Heights 3 LID Projects. Watearth performed comprehensive modeling for Low Impact Development (LID) and Best Management Practices (BMP) using SWMM and Innovyze XPSWMM, optimizing storm drain sizing for cost-effective drainage solutions. Our site paving design included both permeable and non-permeable elements, as well as detailed sidewalk designs. This grant-funded project also engaged us to provide post-construction grant compliance and maintenance training. For the sidewalks and ADA compliance aspects, we worked closely with the contractor to make field adjustments when the sidewalk and ADA paving were installed incorrectly, ensuring compliance with ADA and general safety requirements. This included retrofitting the water meter box to match the proposed paving level at the sidewalk. Additionally, we prepared Operations & Maintenance (O&M) Plans, developed design details, specifications, and Page 22E-22 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. interpretative signage, and conducted peer reviews of civil, landscape, and irrigation designs to ensure compliance with AB 1881 requirements and project goals. Project Name Si de w a l k s / A D A Ci v i l D e s i g n Ca t e g o r i c a l So l u t i o n s Pu b l i c -Fa c i n g City Sidewalk Plan for Gulfton and Kashmere Gardens • • • • Metro Urban Design Master Planning • • • • LACPW Adventure Park Civil Design including Sidewalks, ADA, Pathways • • • • Citywide Sidewalk Repair Program for the City of Los Angeles. • • • • San Rafael Site Design including ADA Compliance and Sidewalks • • • • Suburban Water Stage Road Pump Station, Bike/Pedestrian Path Design • • • • LACPW Harbor Park Stormwater Capture Design with Sidewalk Design • • • • LACPW Sorenson Park Stormwater Capture Design with Sidewalk Design • • • • City of Santa Monica BMPs O&M Manual including Pavements. • • • • Nuview Union School District LID, Design, and Construction with Pavement • • • • Fontana Unified School District DROPS LID, Design, and Construction. • • • • City of Buena Park Orangethorpe Intersection Design with ADA • • • • City Citrus Heights LID Projects including ADA and Sidewalks • • • • MWD Lake Mathews and Lake Skinner Dam Study and Design Solutions • • • OCTA Systemwide Resiliency and Accessibility Improvements • • • Key Staff Qualifications Jennifer J. Walker PE, DWRE, ENV SP, CFM, QSD, LEED AP BD+C Project Manager and Engineer of Record Walker, President of Watearth, Inc., has an earned reputation for delivering streamlined solutions in civil design. With over 30 years of experience, Walker specializes in creating sustainable and resilient infrastructure. Expertise includes foundational civil design, master plans, and complex hydraulic and hydrologic models. As the key principal on all Watearth's sidewalk, ADA, and pavement projects, Walker consistently brings unique insights to both green and gray infrastructure projects. Experience also encompasses supporting sidewalk, pavements, and other roadway projects during planning and design phases, ensuring efficient and effective outcomes. Walker brings an exceptional ability to present the 30,000-foot view while staying attuned to the detailed nuances of the project. Mayor Parker City of Houston Page 23E-23 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Key Takeaway Walker has 30 years of experience and is an expert in Civil Design and Sidewalk Repair, and has supported sidewalk, pavements, and other roadway projects during planning and design phases, ensuring efficient and effective outcomes. Education • MCE. Civil Engineering c. Water Resources. University of Houston. • BS. Civil Engineering c. Environmental and Water. Kansas State University. • Management Development for Entrepreneurs. UCLA Anderson School of Management. • Building a High-Performing Business. Tuck Executive Education at Dartmouth. Licenses & Certifications • PE. State of California. #C77079. • QSP/QSD. California Stormwater Quality Association. #21187. • ENV SP. Institute for Sustainable Infrastructure. • DWRE. American Academy of Water Resource Engineers. • CFM. Association of State Floodplain Managers (Texas Floodplain Management Association). #0848- 05N. • LEED AP BD+C. US Green Building Council. #11511130 • Permaculture Designer's Certificate. Sustainable Development and Water. Permaculture Research Institute. Representative Projects • City Sidewalk Plan for Gulfton and Kashmere Gardens • Metro Urban Design Master Planning Systemwide Civil Engineering Design Guidelines • LACPW Adventure Park Civil Design including Sidewalks, ADA, Pathways • Citywide Sidewalk Repair Program for the City of Los Angeles. • LACPW Harbor Park Stormwater Capture Design with Sidewalk Design • LACPW Sorenson Park Stormwater Capture Design with Sidewalk Design • City of Santa Monica BMPs O&M Manual including Pavements. • Nuview Union School District LID, Design, and Construction with Pavement • Fontana Unified School District DROPS LID, Design, and Construction. • City of Buena Park Orangethorpe Intersection Design with ADA • 4 City Citrus Heights LID Projects including ADA and Sidewalks • MWD Lake Mathews and Lake Skinner Dam Study and Design Solutions • OCTA Systemwide Resiliency and Accessibility Improvements Sinem G. Kilic Ph.D Deputy Project Manager Dr. Kilic is a talented project manager and engineer with nearly three decades of experience. Dr. Kilic was a key technical engineer for the Citywide Kashmere Gardens Sidewalks project, and has managed numerous design projects, demonstrating the ability to produce detailed reports and effectively interact with multiple stakeholders. Dr. Kilic provides guidance and expertise, interprets complex field data, producing clear and descriptive reports in alignment with Watearth's documentation process and commitment to quality deliverables. Thanks for all you and the Watearth team have done, I really and truly appreciate the tremendous effort! Les Davis Texas Water Development Board Page 24E-24 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Key Takeaway Dr. Kilic’s experience as an environmental and water resources engineer includes extensive computational modeling experience with many different models applied to dam safety and environmental compliance. Education • Ph.D. Civil and Environmental Engineering. Georgia Institute of Technology. • MS. Environmental Engineering. Georgia Institute of Technology. • MS. Chemical Engineering. University of Manchester Institute of Science and Technology. • BS. Environmental Engineering. Middle East Technical University. Representative Projects • City Sidewalk Plan for Gulfton and Kashmere Gardens • LACPW Adventure Park Civil Design including Sidewalks, ADA, Pathways • LACPW Harbor Park Stormwater Capture Design with Sidewalk Design • LACPW Sorenson Park Stormwater Capture Design with Sidewalk Design • Suburban Water Stage Road Pump Station, Bike/Pedestrian Path Design • Jones Park Concept Civil Stormwater Low Impact Development Design Brian Meade Senior Designer Meade is a seasoned designer who supports all Watearth mapping projects, with more than 35 years of experience in survey and engineering design disciplines. As a survey technician and manager, Meade developed an acute understanding of topographic surveys and has integrated this expertise into work as a civil engineering designer. With extensive experience in ADA compliance and sidewalk design projects spanning decades, Meade is highly skilled in reading map contours and visualizing terrain to create highly accurate designs. Meade has also been instrumental in retrofit projects, ensuring that sidewalks and other structures meet ADA and general safety requirements. Additionally, Meade’s ability to coordinate a team and produce nuanced, detailed CAD drawings is essential to Watearth’s core values of streamlined processes and quality deliverables. Meade adopted project management responsibilities on Watearth’s $40M+ Adventure Park stormwater and urban runoff project for the construction phase, receiving positive feedback from County Public Works staff. Key Takeaway Meade has 35 years of experience, strong leadership skills, and the ability to create nuanced detailed CAD drawings. Education • AS. Mechanical Design & Drafting, State University of New York at Alfred, Alfred, New York Affiliations • Member, NYS Association of Professional Land Surveyors. Brian has been great to work with. On top of everything. Really quick turnarounds. Louis Romero LACPW Page 25E-25 Qualifications and Experience Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Representative Projects • California American Water Two-way pump station Civil Design Bike/Pedestrian Path. • LACPW Harbor Park Stormwater Capture Design with Sidewalk Design. • LACPW Sorenson Park Stormwater Capture Design with Sidewalk Design. • City of Albany Schools ADA Pedestrian Access Routes updates (Construction Docs). • Hoosick Falls Central School New Parking Log and Pedestrian Access Routes. • Albany International Airport Runway/Taxiway Pavement Drainage Upgrade. • Stewarts International Airport Taxiway Pavement Drainage Upgrade. • City of Watervliet Citywide Streets Rehabilitation Project. • San Rafael Site Design including ADA Compliance and Sidewalks Mark Alan Locke PE Senior Civil Engineer Locke is a senior engineer with a career spanning more than four decades, specializing in civil design, including sidewalks and pathways. Locke has extensive experience in cost estimating and construction support, ensuring projects are delivered efficiently and within budget. Locke served in various leadership roles with the Army Corps of Engineers, including Dam Safety Program Manager, Deputy Director, Chief, and Director at the Southwestern Division. As the senior engineer on the $40M+ Adventure Park stormwater and urban runoff project, Locke provided invaluable expertise throughout the construction phase. At Watearth, Locke delivers seasoned oversight of Operations & Maintenance (O&M) and provides QA/QC for all engineering design deliverables, offering an “owner’s perspective” to better understand client needs. Locke’s experience and meticulous approach make him an essential asset for developing cost estimates and specifications for this project, as he has successfully done on hundreds of projects. Key Takeaway Locke is a veteran engineer who will take a key role on this project developing cost estimates and specifications, as he has on hundreds of projects. Education • BS. Agricultural Engineering. Kansas State University. • Graduate Course. Structure and Slope Stability. Kansas State University. Licenses & Certifications • PE. State of Kansas. #9758. • Member - Society of American Military Engineers • Member – National Society of Professional Engineers • Member - Association of State Dam Safety Officials • Member – American Society of Agricultural and Biological Engineers (ASABE) Representative Experience • LACPW Harbor Park Stormwater Capture Design with Sidewalk Design. • LACPW Sorenson Park Stormwater Capture Design with Sidewalk Design. • LACPW Adventure Park Civil Design including Sidewalks, ADA, Pathways • MWD Lake Mathews and Lake Skinner Dam Study and Design Solutions • City of Citrus Heights O&M Updates and Staff Training. It is a joy to work on these projects, and it gives me a sense of accomplishment. Mark Locke Watearth Page 26E-26 e. Project Schedule Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. e. Project Schedule Page 27E-27 Project Schedule Rancho Palos Verdes Sidewalk Repairs © Watearth, Inc. 2024. Do Not Copy. Schedule Assumptions: It is assumed 1 week for City Review and 1 week to address comments. 0 2 4 6 8 10 12 Weekly Progress Reports Task 3. Project Management Quality Assurance and Control (QA/QC) Task 2 Deliverable: Final Technical Memorandum Task 2 Deliverable: Draft Technical Memorandum Task 2. Report Findings and Preliminary Recommendations for Repairs Task 1. Site Investigation and Data Collection Estimated Project Schedule, Weeks Draft Development Comment Period and Revised Draft(s)Final Development Page 28E-28 f. Quality Control Plan Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. f. Quality Control Plan Page 29E-29 Quality Control Plan Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. Quality Control Plan At Watearth, we believe that delivering top-notch quality isn't just a requirement—it's a commitment to our clients and our own TRUSTED™ Signature Project Delivery. Our QA/QC Checklist ensures that every project we handle undergoes a meticulous review process, ensuring nothing but the best for our clients. Our quality management plan and quality assurance process dictate that all work is overseen by Jennifer J. Walker, Watearth’s Principal, whom Mayor Parker of Houston once said possessed “an exceptional ability to present the 30,000-foot view while staying attuned to the detailed nuances of the project.” Walker will assist our PM, who will be principally responsible for team coordination. QA/QC is not enforced simply at the tail end of project milestones through senior review, but throughout using guidelines for consistent and proactive communication between technical personnel and their immediate supervisors. Our Journey to Excellence It all begins with the Original Writer, the mastermind behind the initial draft. They collaborate closely with peers, reviewing every detail, from GIS and CAD to modeling and math, ensuring a solid foundation for the deliverable. Next up, our Project Manager (PM) steps in for a detailed review. They go through the document with a fine- tooth comb, checking for clarity, grammar, spelling, and formatting. They make sure the math adds up and that the recommendations are logically sound. It's all about making sure the information is practical and accessible, meeting every requirement in the scope, and showcasing our local and technical expertise. The journey doesn't stop there. A Technical Editor takes over, providing either a light or heavy editing touch. They enhance the document's readability, accuracy, and consistency, ensuring it shines with clarity and precision. Their feedback helps polish the document, making it ready for the next stage. The document then goes through the hands of a Senior Manager, who conducts another thorough review. They ensure everything is in perfect order, from practical presentation to technical accuracy, reinforcing our commitment to excellence. If any major changes are needed, the document cycles back through these stages. It's all about refining and perfecting until it's just right. Finally, our Principal or Sealing PE gives their final approval. This step is crucial as they verify the document has the correct seal and signature, ensuring it’s ready for prime time. Once the document has passed all these rigorous checks, the Technical Editor or the Original Writer compiles the final PDF. This compilation is carefully reviewed again to ensure no details are missed and all pages are included. In the last step, the PM or Pod Leader gives the document a final flip-through, ensuring there are no additional comments needed. Then, our Principal gives the final thumbs up, confirming everything is spot on and ready to be delivered. Why It Matters This detailed process might sound extensive, but it's all about ensuring we deliver exceptional quality. Every step is designed to catch any issues early and ensure that by the time our deliverable reaches you, it’s polished, precise, and ready to make an impact. Page 30E-30 g. Acceptance of Conditions Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. g. Acceptance of Conditions Page 31E-31 Acceptance of Conditions Rancho Palos Verdes Sidewalk Repair © Watearth, Inc. 2024. Do Not Copy. June 10, 2024 Jeremiah Sunwoo City of Rancho Palos Verdes 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 Subject: City of Rancho Palos Verdes Sidewalk Repairs Design – Acceptance of Conditions Dear Mr. Sunwoo, Watearth accepts all conditions listed in the Request for Proposal (RFP) document and Sample Professional Services Agreement (Attachment A). Sincerely, Jennifer J. Walker PE, D.WRE, ENV SP, CFM, QSD, LEED AP BD+C President, Watearth Page 32E-32 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 1 of 11 City of Rancho Palos Verdes Request for Proposals HIGH PRIORITY SIDEWALK REPAIRS DESIGN Public Works Department Attention: Jeremiah H Sunwoo, Associate Engineer 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 Phone: 310.544.5247 | Email: jsunwoo@rpvca.gov RFP Release Date: May 20, 2024 Request for Clarification Deadline: May 27, 2024 RFP Submittal Deadline: June 10, 2024 F-1 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 2 of 11 HIGH PRIORITY SIDEWALK REPAIRS DESIGN The City of Rancho Palos Verdes is requesting proposals from qualified consulting firms to assess and provide civil engineering design services for the repair of existing sidewalks at certain locations . All correspondence and questions regarding this RFP should be submitted via email to: Jeremiah H Sunwoo, Associate Engineer Email: jsunwoo@rpvca.gov To be considered for this project, submit an electronic copy of the proposal to the above email address by 4:30PM, on June 10, 2024. F-2 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 3 of 11 TABLE OF CONTENTS I. Introduction Page 4 II. Project Objective Page 4 III. Project Description and Background Page 4 IV. Scope of Services Page 5 V. Preliminary Project Schedule Page 7 VI. Necessary Qualifications and Submittal Requirements Page 7 VII. Submission of Proposal Page 9 VIII. Evaluation and Selection Process Page 9 IX. Attachments Attachment A – Sample Professional Services Agreement Attachment B – Sidewalk Assessment Condition Map Attachment C – Summary Table of Distressed Sidewalks F-3 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 4 of 11 I. INTRODUCTION The City of Rancho Palos Verdes (City) is a scenic, upscale, residential coastal community, with a population of approximately 42,000, located on the Palos Verdes Peninsula of southwestern Los Angeles County. The City is a contract city, meaning that some services are provided by contract with agencies (both public and private) and some services are delivered by the City’s own employees. City Government: Rancho Palos Verdes is a General Law City and has operated under the Council-Manager form of government since its incorporation in 1973. Policy-making and legislative authority are vested in the governing City Council, which consists of five Council Members, including the Mayor and Mayor Pro-Tem. The City is fiscally sound and functions on an annual budget cycle. The City uses an asset management program for its public infrastructure to effectively assess and forecast the City’s public infrastructure needs in order to ensure its reliability and resiliency, while effectively using available maintenance and capital p roject resources. By way of this RFP and associated improvements project, the City’s sidewalk infrastructure remains part and parcel of the City’s asset management program and practices. The purpose of this document is to provide proposers with the information needed to submit a proposal for review by the City and, if selected, enter into a Professional Service Agreement with the City. Enclosed is a blank Professional Services Agreement (PSA) form for proposers’ review (Attachment A). II. PROJECT OBJECTIVE The City is requesting proposals from qualified consulting firms to furnish all necessary labor, materials, equipment, and other work necessary to develop the engineering design for the repair of certain deficient sections of the City’s sidewalks. III. PROJECT DESCRIPTION AND BACKGROUND As part of the triennial update to the Pavement Management Program in Rancho Palos Verdes, Bucknam Infrastructure Group, Inc. performed a condition assessment of existing sidewalks in September 2022 (Attachment B). This consisted of a thorough evaluation of all sidewalks within the City of RPV, assessing their visible conditions, and assigning severity ratings to denote the level of distress. The triennial update documented the specific types of distress observed for each sidewalk section, providing recommended repairs for each identified distressed segment. In total, 93 individual segments were classified as highly distressed and high priority for repairs. A separate summary table of F-4 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 5 of 11 the distressed sidewalks identified in the 2022 report is included as an attachment to this document (Attachment C). IV. SCOPE OF SERVICES The City is requesting proposals from prospective firms for engineering design services using a multi-phase approach. Phase 1 of the work shall be summary level recommendations for necessary repairs based on site conditions and constraints. The results of Phase 1 will be used to develop a scope of work for Phase 2, which shall be preparation of engineering design, specifications, cost estimates, and bid support. The City intends to enter into a PSA with a defined scope, schedule, and budget for Phase 1 and the option to negotiate Phase 2 of the PSA based on the results of Phase 1. SCOPE OF WORK – PHASE 1 Task 1: Site Investigation and Data Collection Consultant shall review the assessment made in the 2022 Pavement Management Program Report for the high priority distressed sidewalk locations. The observations and recommendations made in the 2022 Report are to be field verified through a comprehensive site investigation. The site investigation shall also serve to support any recommendations that are in addition to or deviate from the findings of the 2022 Report. Data collected shall be formatted and provided to the City in accordance with the scope of Task 2 described below. Task 2: Report Findings and Preliminary Recommendations for Repairs By way of a formal Technical Memorandum, the Consultant shall provide a summary level of recommendations for sidewalk repairs based on the scope of investigative work described in Task 1. Recommendations shall include the feasibility of applying industry standard (e.g. APWA and/or local agencies) details for construction, while identifying site specific cases where standard details may not be feasible. The supporting field notes shall detail any special circumstances to consider as part of the Project’s fut ure and separate design phase at specific locations, including but not limited to potential utility conflicts, existing vegetation, subgrade conditions, existing drainage improvements, or other potential obstructions. All recommendations shall be consistent with any applicable laws,regulations, codes, and design standards. Task 3: Project Management Quality Assurance and Control (QA/QC) Consultant shall use best project management practices to ensure adherence to scope, schedule, and budget, as well as document communications between the Consultant and City, as required. Consultant shall coordinate and attend project meetings with City staff such as the project kickoff, bi-weekly progress meetings, deliverable reviews, and other focus meetings as needed to progress the project. The Consultant shall provide meeting agendas and minutes for each of these meetings. Consultant shall provide weekly F-5 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 6 of 11 updates of project progress to the City. All documentation shall be in conformance with formats and file organization structures consistent with the City procedures. The Consultant’s QA/QC process shall be implemented for all tasks, including those involving calculations and/or deliverable products. SCOPE OF WORK – PHASE 2 The results of Phase 1 will be used to develop a scope of work for Phase 2, including preparation of engineering design, specifications, cost estimates, and bid support. Scope of services for Phase 2 will be determined following completion of Phase 1. Consultant shall complete other tasks deemed necessary for the accomplishment of a complete and comprehensive outcome as described in the project objective. Consultant shall expand on the above-noted tasks, where appropriate, and provide suggestions which might lead to efficiencies and enhance the results or usefulness of the work. Deliverables As part of the Scope of Services, Consultant shall prepare and deliver the following tangible work products to the City. 1. Draft Technical Memorandum providing the information listed as follows: a. Summary of approach to the review of existing documentation, reports, and recommendations. b. Summary of initial findings associated with the review of existing documentation, reports, and recommendations. c. Summary of approach to the site investigation conducted. d. Summary of findings and preliminary recommendations for repairs. e. Accompanying Site data collected and electronic files generated as described in the Scope of Work section of this RFP. 2. Final Technical Memorandum inclusive of the above listed revised deliverables and reflective of the joint (City and Consultant) review of, and associated comments to the draft Technical Memorandum, and any additional investigative work performed following delivery of the draft Technical Memorandum. 3. Weekly progress reports, meeting agendas and minutes City staff may request that check-sets or working versions of documents be submitted for ongoing routine review. City staff will review all deliverables, including preparatory or record materials for service deliverables, and provide comments. Consultant is required to revise draft deliverables to address City staffs’ comments. F-6 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 7 of 11 V. PRELIMINARY PROJECT SCHEDULE A. RFP Schedule The following is the anticipated schedule for the RFP process: Request for Proposal available May 20, 2024 Request for Clarification due May 27, 2024 Proposals due June 10, 2024 Anticipated Notice of Award July 3, 2024 B. Anticipated Project Schedule Task 1: Site Investigation and Data Collection July 2024 Task 2: Report Findings and Recommendations for Repairs August 2024 Please note that this schedule is preliminary. It is included to provide the Consultant with a sense of the expected timeline for the Scope of Service and emphasize the urgent nature of the work and the City’s expectation that the Scope of Services will be completed as quickly as possible. The ideal Consultant candidate will have available resources and personnel, either in-house or under subcontract, to ensure the completion of the Scope of Services at the earliest possible time. VI. NECESSARY QUALIFICATIONS AND SUBMITTAL REQUIREMENTS 1. Only one proposal per firm will be considered. 2. The submittal should be typed and as brief as possible while adequately describing the qualifications of the firm. The final submittal shall be sent as a PDF via email to Jeremiah Sunwoo, Associate Engineer at jsunwoo@rpvca.gov. 3. The proposing firm shall submit the following information with the package, including the same information for subcontractors, in the following format: a) Cover Letter: Provide the name, address, and phone number of the firm; the present staff (size, classification, credentials); the primary contact’s name, phone number, and email address; any qualifying statements or comments regarding the proposal; and identification of any sub-consultants and their responsibilities. Identify the firm’s type of organization (individual, partnership, corporation), including names and contact information for all officers, and proof that the organization is currently in good standing. The signed letter should also F-7 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 8 of 11 include a paragraph stating that the firm is unaware of any conflict of interest in performing the proposed work. (No more than one page) b) Approach to Scope of Services: Re-state the Scope of Services with any additions, expansions, clarifications, or modifications that the firm proposes in order to provide the services and produce the deliverables contained in this RFP. Describe how completing the Scope of Services will be approached and any cost-saving or value-adding strategies or innovations the firm will bring to the project. (No more than one page) c) Organization and Staffing: Identify the person who will be the Project Manager and primary contact person responsible for the overall delivery of the project. Provide an organizational chart of the project team that clearly delineates communication and reporting relationships among the project staff and among the sub-consultants involved in the project. Identify key personnel to perform work in the various tasks and include major areas of subcontracted work. Indicate the expected contributions of each staff member in time as a percentage of the total effort. Specifically show the availability of staff to provide the necessary resource levels to meet the City’s needs. Indicate that the Project Manager and key staff will remain assigned to this project through completion of the Scope of Services. (No more than one page) d) Staff Qualifications and Experience: Describe qualifications of the assigned staff and sub-contractors including relevant technical experience. Staff assigned to complete the Scope of Services must have p revious experience in providing the necessary services as described under the Scope of Services. A registered Professional Engineer must be the Project Manager. (No more than ten pages) Description of Consultant’s experience should include: • Prior Experience: Demonstrate that the firm has significant experience providing services similar to those described under the Scope of Services. • Staff Qualifications: Provide resumes for the Project Manager and any other key staff members to be assigned to contribute to the Scope of Services, with an emphasis on similar services which they provided to other agencies. • Reference Projects: Include at least three projects with similar scope of services performed by the project team within the past three years and indicate the specific responsibilities of each team member on the reference project. Provide contact information for each client. F-8 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 9 of 11 e) Project Schedule: Provide a detailed critical-path-method schedule for completion of the tasks and sub-tasks required to accomplish the scope of work. Note all deliverables and interim milestones on the schedule. (No more than one 11” x 17” page) f) Quality Control Plan: Describe the quality control procedures and associated staff responsibilities which will ensure that the deliverables will meet the City’s needs. (No more than one page) g) Acceptance of Conditions: State the offering firm’s acceptance of all conditions listed in the Request for Proposal (RFP) document and Sample Professional Services Agreement (Attachment A). Any exceptions or suggested changes to the RFP or Professional Services Agreement (PSA), including the suggested change, the reasons therefore and the impact it may have on cost or other considerations on the firm’s behalf must be stated in the proposal. Unless specifically noted by the firm, the City will rely on the proposal being in compliance with all aspects of the RFP and in agreement with all provisions of the PSA. (No page limit) VII. SUBMISSION OF PROPOSAL A. Requests for Clarification Requests for clarification of the information contained herein shall be submitted in writing prior to 4:30 pm on May 27, 2024. Responses to any clarification question will be provided to each firm from which proposals have been requested. It is highly recommended that the prospective consultant firms visit the City to view the project location prior to submitting a request for clarification. B. Confirmation Email Upon submission of proposal to the City, the proposing firm shall request an email confirmation that the proposal was received and retain the email as a record. If an email confirmation is not received, the proposing firm shall correspond with the City until a confirmation is received. VIII. EVALUATIONS AND SELECTION PROCESS 1. Proposals Will be Evaluated Based on the Following Criteria: a) Approach to Scope of Services (25%) • Understanding of the Scope of Services as demonstrated by the thoroughness of the proposal, introduction of cost-saving or value-adding F-9 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 10 of 11 strategies or innovations (including those applying to overall project schedule), and an overall approach most likely to result in the desired outcome for the City. b) Proposal Schedule (20%) • Ability to complete the work in the shortest schedule possible (excluding time for review and community meetings). c) Staff Qualifications and Experience (30%) • Relevance of experience of the proposing firm (to provide support resources to the project team) • Relevance of experience and strength of qualifications of the Project Manager • Relevance of experience and strength of qualifications of the key personnel performing the work • Relevance of referenced projects and client review of performance during those projects d) Organization and Staffing (15%) • Availability of key staff to perform the services throughout the duration of the project • Assignment of appropriate staff in the right numbers to perform the Scope of Services • Appropriate communication and reporting relationships to meet the City’s needs e) Quality Control (10%) • Adequate immediate supervision and review of staff performing the work as well as appropriate independent peer review of the work by qualified technical staff not otherwise involved in the project. 2. Selection Process An evaluation panel will review all proposals submitted and select the top proposal, if any, which best fulfills the City’s requirements. The City will then further refine the scope and schedule with that firm and request a fixed cost fee proposal. The City will negotiate the fee with that firm. The City reserves the right to negotiate special requirements and proposed service levels using the selected proposal as a basis. If the City is unable to negotiate an agreeable fee for services with top firm, the City will negotiate with the next firm chosen among the top firms. 3. Award Notification The City will notify all proposers in writing of the outcome of the selection process and intent to award. This RFP does not commit the City to award an agreement, F-10 City of Rancho Palos Verdes RFP- High Priority Sidewalk Repairs Design May 20, 2024 Page 11 of 11 nor pay any costs incurred in the preparation and submission of the proposal in anticipation of an agreement. The City reserves the right to reject any or all proposals, or any part thereof, to waive any formalities or informalities, and to award the agreement to the proposer deemed to be in the best interest of the City and the Department. 4. Award of Agreement The selected firm shall be required to enter into a written agreement (see sample City agreement in Attachment A) with the City, in a form approved by the City Attorney, to perform the Scope of Services. This RFP and the proposal, or any part thereof, may be incorporated into and made a part of the final agreement; however, the City reserves the right to further negotiate the terms and conditions of the agreement with the selected consultant. The agreement will, in any event, include a maximum "fixed cost" to the City. F-11 F-12 2 01203.0001/267879.2 CITY OF RANCHO PALOS VERDES CONTRACT SERVICES AGREEMENT FOR ________________ THIS CONTRACT SERVICES AGREEMENT (herein “Agreement”) is made and entered into this ____ day of _______, 2019, by and between the CITY OF RANCHO PALOS VERDES, a municipal corporation (“City”) and ______________ (herein “Consultant”). NOW, THEREFORE, the parties hereto agree as follows: 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Consultant shall perform the work or services set forth in the “Scope of Services” attached hereto as Exhibit “A” and incorporated herein by reference. Consultant warrants that it has the experience and ability to perform all work and services required hereunder and that it shall diligently perform such work and services in a professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws. 1.4 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits, and approvals as may be required by law for the performance of the services required by the Agreement. 1.5 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. 2. COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Consultant shall be compensated in accordance with the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference, but not exceeding the maximum contract amount of ______________________________ Dollars ($________) (“Contract Sum”). 2.2 Invoices. Each month Consultant shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by F-13 3 01203.0001/267879.2 City’s Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall contain all information specified in Exhibit “C”, and shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Consultant 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 Consultant which are disputed by City, City will use its best efforts to cause Consultant to be paid within forty five (45) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by the City of any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.3 Additional Services. 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 Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual cost of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to ten percent (10%) of the Contract Sum but not exceeding a total contract amount of Five Thousand Dollars ($5,000) or in the time to perform of up to ninety (90) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. 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. 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding thirty (30) days cumulatively. 3.3 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 Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, F-14 4 01203.0001/267879.2 riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer 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 Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). [The City may, in its sole discretion, extend the Term for additional one-year terms.] 4. COORDINATION OF WORK 4.1 Representative of Consultant. ____________________________ is hereby designated as being the representative of Consultant authorized to act on its behalf with respect to the work and services specified herein and make all decisions in connection therewith. All personnel of Consultant and any authorized agents shall be under the exclusive direction of the representative of Consultant. Consultant shall utilize only competent personnel to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, and shall keep City informed of any changes. 4.2 Contract Officer. ______________________________ [or such person as may be designated by the City Manager] is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and to make all decisions in connection therewith (“Contract Officer”). 4.3 Prohibition Against Subcontracting or Assignment. Consultant shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth. Consultant shall perform all services required herein as an independent contractor of City with only such obligations as are consistent with that role. Consultant 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, or that it is a member of a joint enterprise with City. 5. INSURANCE AND INDEMNIFICATION F-15 5 01203.0001/267879.2 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant 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. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 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. (b) Automobile liability insurance. Consultant 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 Consultant 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. Consultant 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 Consultant 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. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant 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. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant 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. F-16 6 01203.0001/267879.2 (b) Duration of coverage. Consultant 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 Consultant, its agents, representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant 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. (d) 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 Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (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 Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant 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 Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. F-17 7 01203.0001/267879.2 (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (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 Consultant’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. Consultant 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 Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant 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. Consultant agrees that upon request, all agreements with consultants, 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 the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’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, 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. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant 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. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified F-18 8 01203.0001/267879.2 Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, except claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies 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 Contract Officer to evaluate the performance of such services and shall keep such records for a period of three years following completion of the services hereunder. The Contract Officer 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. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement or as the Contract Officer shall require. 6.3 Confidentiality and Release of Information. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than the City without prior written authorization from the Contract Officer. (b) Consultant shall not, without prior written authorization from the Contract Officer 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 Consultant gives the City notice of such court order or subpoena. (c) If Consultant provides any information or work product in violation of this Agreement, then the City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. F-19 9 01203.0001/267879.2 (d) Consultant shall promptly notify the City should Consultant 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 thereunder. The City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with the City and to provide the City with the opportunity to review any response to discovery requests provided by Consultant. 6.4 Ownership of Documents. All studies, surveys, data, notes, computer files, reports, records, drawings, specifications, maps, designs, photographs, documents and other materials (the “documents and materials”) prepared by Consultant in the performance of this Agreement shall be the property of the City and shall be delivered to the City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by the City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Moreover, Consultant 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. 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. 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 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. 7.3 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et. seq. and 910 et. seq., in order to pursue any legal action under this Agreement. 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 F-20 10 01203.0001/267879.2 different times, of any other rights or remedies for the same default or any other default by the other party. 7.4 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Consultant reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days’ written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Consultant may determine. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Consultant has initiated termination, the Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer. In the event the Consultant has initiated termination, the Consultant shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder, but not exceeding the compensation provided therefore in the Schedule of Compensation Exhibit “C”. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.5 Termination for Default of Consultant. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 8. MISCELLANEOUS 8.1 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them, that 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. Consultant shall take affirmative action to ensure 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 8.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, 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 Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. F-21 11 01203.0001/267879.2 8.3 Notice. 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 City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, California 90275, and in the case of the Consultant, 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 seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 8.4 Integration; Amendment. 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. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 8.5 Severability. In the event that part of 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 portions 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. 8.6 Waiver. No delay or omission in the exercise of any right or remedy by non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party’s consent to or approval of any act by the other party requiring the party’s consent or approval shall not be deemed to waive or render unnecessary the other party’s consent to or approval of any subsequent act. 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. 8.7 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which any be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees, whether or not the matter proceeds to judgment. 8.8 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. 8.9 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. F-22 12 01203.0001/267879.2 8.10 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 (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is 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. Consultant 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. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), 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. Consultant 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. Consultant’s Authorized Initials _______ 8.11 Corporate Authority. 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 The Following Page] F-23 13 01203.0001/267879.2 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 City Manager ATTEST: City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP City Attorney CONSULTANT: By: Name: Title: By: Name: Title: Address: Two corporate officer signatures required when Consultant 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. CONSULTANT’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 CONSULTANT’S BUSINESS ENTITY. F-24 01203.0001/267879.2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2019 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. F-25 01203.0001/267879.2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF LOS ANGELES On __________, 2019 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. F-26 01203.0001/267879.2 A-1 EXHIBIT “A” SCOPE OF SERVICES I. Consultant will perform the following services: A. B. C. II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. B. C. III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City updated of the status of performance by delivering the following status reports: A. B. C. IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. B. C. F-27 01203.0001/267879.2 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) F-28 C-1 01203.0001/267879.2 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Consultant shall perform the following Services at the following rates: RATE TIME SUB-BUDGET A. Task A ___________ ___________ ___________ B. Task B ___________ ___________ ___________ C. Task C ___________ ___________ ___________ D. Task D ___________ ___________ ___________ E. Task E ___________ ___________ ___________ II. A retention of ten percent (10%) shall be held from each payment as a contract retention to be paid as a part of the final payment upon satisfactory completion of services. III. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 2.3. IV. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. V. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. VI. Consultant’s billing rates for all personnel are attached as Exhibit C-1. F-29 D-1 01203.0001/267879.2 EXHIBIT “D” SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with the following schedule: Days to Perform Deadline Date A. Task A ______________ ______________ B. Task B ______________ ______________ C. Task C ______________ ______________ II. Consultant shall deliver the following tangible work products to the City by the following dates. A. B. C. III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. F-30 F-31 F-32 City of Rancho Palos Verdes Department of Public Works 30940 Hawthorne Blvd, Rancho Palos Verdes, CA 90275 (310) 544 - 5252 publicworks@rpvca.gov SIDEWALK IMPROVEMENTS SUPPORTING INFORMATION Project Name: Pavement Management Program – Triennial Update 2022 CIP Code: 8844 Drafted by: Jeremiah H Sunwoo, Associate Engineer Date Drafted: February 28, 2024 EXCERPTS FROM PAVEMENT MANAGEMENT PLAN (2022) REVIEW Table 1: Summary of the distressed sidewalks categorized by assigned severity SEVERITY QUANTITY PERCENT OF TOTAL Very Low 6,150 70.1% Low 1,959 22.3% Medium 502 5.7% High 93 1.1% Misc. 69 0.8% Total Count 8,773 Table 2: Summary of the distressed sidewalks categorized by recommended repair METHOD OF REPAIR QUANTITY PERCENT OF TOTAL Grind 6,903 78.80% Ramp 325 3.70% PCC Repair 1,222 13.90% AC Repair 2 0.02% Sab Replacement 251 2.86% Miscellaneous 70 0.80% Total Count 8,773 F-33 2 Table 3: High severity sidewalk type, measurement, and recommended repair ID DISTRESS TYPE MEASUREMENT REC. REPAIR 20 Faulting Over 2 in Slab Replacement 27 Punchout Slab Replacement 29 Punchout 1/2 in to 1 in Slab Replacement 74 Faulting Over 2 in Slab Replacement 97 Sidewalk Curb Separation Over 2 in PCC Repair 121 Sidewalk Curb Separation Over 2 in PCC Repair 139 Sidewalk Curb Separation Over 2 in PCC Repair 141 Sidewalk Curb Separation Over 2 in PCC Repair 142 Sidewalk Curb Separation Over 2 in PCC Repair 153 Buckled Slab Over 2 in Slab Replacement 215 Faulting Over 2 in Slab Replacement 216 Sidewalk Curb Separation Over 2 in PCC Repair 255 Sidewalk Curb Separation Over 2 in PCC Repair 350 Faulting Over 2 in Slab Replacement 392 Sidewalk Curb Separation Over 2 in PCC Repair 453 Punchout 1/4 in to 1/2 in Slab Replacement 500 Faulting Over 2 in Slab Replacement 506 Faulting Over 2 in Slab Replacement 560 Faulting Over 2 in Slab Replacement 645 Lane / Shoulder Drop Off Over 2 in ND 650 Lane / Shoulder Drop Off Over 2 in ND 681 Faulting Over 2 in Slab Replacement 682 Faulting Over 2 in Slab Replacement 683 Sidewalk Curb Separation Over 2 in PCC Repair 727 Faulting Over 2 in Slab Replacement 728 Faulting Over 2 in Slab Replacement 769 Buckled Slab ND Slab Replacement 789 Buckled Slab 1/2 in to 1 in Slab Replacement 836 Faulting Over 2 in Slab Replacement 876 Punchout 1/4 in to 1/2 in PCC Repair 942 Faulting Over 2 in Slab Replacement 952 Punchout 1/4 in to 1/2 in Slab Replacement 1052 Faulting Over 2 in Slab Replacement 1134 Faulting Over 2 in Slab Replacement 1135 Joint Spalling Over 2 in PCC Repair 1210 Faulting Over 2 in Slab Replacement 1214 Punchout 1/2 in to 1 in Slab Replacement 1225 Faulting Over 2 in Slab Replacement 1247 Faulting Over 2 in Slab Replacement F-34 3 Table 3: High severity sidewalk type, measurement, and recommended repair ID DISTRESS TYPE MEASUREMENT REC. REPAIR 1253 Faulting Over 2 in Slab Replacement 1332 Faulting Over 2 in Slab Replacement 1424 Faulting Over 2 in Slab Replacement 1447 Faulting Over 2 in Slab Replacement 1448 Punchout 1/4 in to 1/2 in Slab Replacement 1519 Punchout 1/2 in to 1 in Slab Replacement 1553 Punchout 1/4 in to 1/2 in Slab Replacement 1554 Punchout 1/4 in to 1/2 in Slab Replacement 1685 Faulting Over 2 in Slab Replacement 1715 Punchout 1/4 in to 1/2 in Slab Replacement 1735 Faulting Over 2 in Slab Replacement 1736 Sidewalk Curb Separation Over 2 in PCC Repair 1751 Faulting Over 2 in Slab Replacement 1768 Joint Spalling Over 2 in PCC Repair 1772 Faulting Over 2 in Slab Replacement 1808 Punchout 1/4 in to 1/2 in Slab Replacement 1887 Faulting Over 2 in Slab Replacement 1901 Punchout 1/4 in to 1/2 in Slab Replacement 1921 Faulting Over 2 in Slab Replacement 1928 Punchout 1/4 in to 1/2 in Slab Replacement 1972 Faulting Over 2 in Slab Replacement 1988 Punchout 1/4 in to 1/2 in Slab Replacement 1990 Punchout 1/2 in to 1 in Slab Replacement 2016 Divided Slab Over 2 in Slab Replacement 2038 Sidewalk Curb Separation Over 2 in PCC Repair 2087 Joint Spalling Over 2 in PCC Repair 2222 Sidewalk Curb Separation Over 2 in PCC Repair 2242 Faulting Over 2 in Slab Replacement 2265 Joint Spalling Over 2 in PCC Repair 2351 Sidewalk Curb Separation Over 2 in PCC Repair 2466 Joint Spalling Over 2 in PCC Repair 2564 Faulting Over 2 in Slab Replacement 2647 Buckled Slab ND Slab Replacement 2652 Punchout 1/4 in to 1/2 in Slab Replacement 2658 Buckled Slab Over 2 in Slab Replacement 2660 Joint Spalling Over 2 in PCC Repair 2670 Joint Spalling Over 2 in PCC Repair 2699 Sidewalk Curb Separation Over 2 in PCC Repair 2746 Buckled Slab 1 in to 2 in Slab Replacement F-35 4 Table 3: High severity sidewalk type, measurement, and recommended repair ID DISTRESS TYPE MEASUREMENT REC. REPAIR 2814 Faulting Over 2 in Slab Replacement 3005 Buckled Slab 1 in to 2 in Slab Replacement 3021 Buckled Slab Over 2 in Slab Replacement 3151 Buckled Slab 1 in to 2 in Slab Replacement 3317 Faulting Over 2 in Slab Replacement 4372 Sidewalk Curb Separation Over 2 in PCC Repair 5387 Faulting Over 2 in Slab Replacement 6071 Sidewalk Curb Separation Over 2 in PCC Repair 6074 Sidewalk Curb Separation Over 2 in PCC Repair 7229 Faulting Over 2 in Slab Replacement 7230 Faulting Over 2 in Slab Replacement 8140 Faulting Over 2 in Slab Replacement 8440 Sidewalk Curb Separation Over 2 in PCC Repair 8602 Faulting Over 2 in Slab Replacement 8634 Punchout 1/4 in to 1/2 in PCC Repair F-36 CI T Y F U N D S S U M M A R Y GE N E R A L F U N D S U M M A R Y AP P E N D I X BU D G E T P R O G R A M S BU D G E T O V E R V I E W 380 City of Rancho Palos Verdes | Adopted Budget | Capital Improvement Program (Fiscal Years 2024-2025 through 2028-29) Good sidewalk conditions are expected by the City’s residents and businesses. Timely maintenance reduces the overall lifecycle costs of sidewalk infrastructure. Sidewalk conditions are assessed through periodic inspection. Estimated annual operating / maintenance cost TBD ESTIMATED SCHEDULE Construction and engineering in Fiscal Year 2024-25. Program will be rolled back into the Roadway Asset Management Plan once the backlog of sidewalk repairs have been completed. Project Location Map Background and Justification -$ 700,000$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ TBD 340 (Bicycle & Ped access)-$ 150,000$ -$ -$ -$ -$ -$ Budgeted 330 (CIP Fund)-$ 550,000$ -$ 700,000$ FUNDING Currently FY24/25 FY25/26 FY26/27 FY27/28 FY28/29 Future Fiscal Years -$ 700,000$ -$ -$ -$ -$ -$ -$ Project Contingency $ 75,000 $ - $ - $ - $ - 75,000$ Inspection $ 50,000 $ - $ - $ - $ - 50,000$ $ - 25,000$ Construction $ 500,000 $ - $ - $ - $ - Management $ 25,000 $ - $ - $ - 500,000$ Engineering $ 50,000 $ - $ - $ - $ - 50,000$ Environmental $ - $ - $ - $ - $ - -$ Overallas of 3/22/24 Planning $ - $ - $ - $ - $ - Committed FY24/25 FY25/26 FY26/27 FY27/28 FY28/29 -$ PROJECT DESCRIPTION The Sidewalk Management Program is intended to rehabilitate sidewalks as assessed and prioritized every 3 years. The scope of work generally consists of grinding, repairing or replacing sections of damaged sidewalks. PROJECT COST ESTIMATES 8800 Series Right-of-Way Improvements Projects 8861 Sidewalk Management Program G-1