Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Cotton Shires and Associates Inc - FY2026-001
01203.0001/835260.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and COTTON, SHIRES AND ASSOCIATES, INC. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND COTTON, SHIRES AND ASSOCIATES, INC. THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on July 1, 2025 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and COTTON, SHIRES AND ASSOCIATES, INC., a California Corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. 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. B. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. C. 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 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 2 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 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 4 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. 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 5 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 Contractor becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Contractor becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Contractor 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. 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 6 actual expenses, shall not exceed $450,000 (Four Hundred Fifty Thousand Dollars) (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- 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, 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 7 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 90 (ninety) 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 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 one year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 8 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: Michael B. Phipps Principal Engineering Geologist (Name) (Title) Patrick O. Shires President and Senior Principal Geotechnical Engineer (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 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 9 4.3 Contract Officer. The Contract Officer shall be David Copp, Deputy Public Works Director, 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 contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 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 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 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 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 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 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] Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 7/7/2025 7/7/2025 7/7/2025 7/7/2025 7/8/2025 01203.0001/835260.1 A-1 EXHIBIT “A” SCOPE OF SERVICES I. Consultant shall perform the following geotechnical engineering and peer review services (the Services) for the Portuguese Bend Emergency Landslide Stabilization Project (the Project): 1. Peer-review of Project plans, specifications, reports, studies and other technical deliverables from third parties. Provide to the City resulting reports and recommendations to assist the City in managing and directing the Project. 2. Prepare plans, specifications and other engineering and construction details, as directed by the Contract Officer. 3. Research, procurement, compilation and review of background and historical data including geologic maps, topographic surveys, improvement plans, aerial photographs, past geologic and geotechnical engineering reports, and rainfall data, as well as assessment district information and recent GPS survey monitoring data, where applicable. 4. Field reconnaissance, geologic mapping, and photo-documentation of the Project area(s) of interest. 5. Geotechnical analysis of compiled information, including survey monument data, subsurface data, hydrologic data, and hydrogeologic data in the landslide area. 6. Preparation of engineering geologic maps, cross-sections or other exhibits, as appropriate. 7. Preparation of site-specific geotechnical investigation proposals for sites where more detailed evaluations are required to develop mitigation concepts or design criteria. 8. Attendance at meetings (in person or via Zoom) as requested by the Contract Officer. 9. Emergency response services which may include assessments of land movement, slope failures, road distress, and other natural hazard or disaster-related events that may be threatening public safety or adversely impacting City facilities. 10. Consultation, communication and reporting to City staff on Project-related matters 11. Provide technical support on miscellaneous Project-related matters on an as-needed basis, and as directed by the Contract Officer. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 A-2 II. As part of the services, Consultant will prepare and deliver the following tangible work products to the city As determined by the City’s Contract Officer based on the specific services being provided III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports Status reports as requested by the Contract Officer 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 personnel to accomplish the Services in accordance with Exhibit “C”. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. I. Section 1.2, Consultant’s Proposal, is amended to read: The Scope of Service shall include the Consultant’s Proposal, attached hereto as Exhibit “E” and 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. II. Section 1.4, Compliance with California Labor Law, is amended to add a new Subsection (j), as follows: (j) Registration with DIR. Pursuant to Labor Code section 1771.1, if Contractor will be performing work subject to the requirement to pay prevailing wages, Contractor and all subcontractors must be registered with, and pay an annual fee to, the DIR prior to and during the performance of any work under this Agreement. III. 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. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION VI. Consultant shall perform the Services utilizing the following staff and respective hourly rates: Rates for equipment, mileage and other expenses are listed in the Consultants Proposal, included in Exhibit “E” (See Appendix B – Schedule of Charges). II. 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 1.9. NOT APPLICABLE III. 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 personnel describing 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. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 C-2 V. The Consultant’s billing rates for all personnel are attached as Exhibit C-1. NOT APPLICABLE. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 D-1 EXHIBIT “D SCHEDULE OF PERFORMANCE I. The Services shall commence following Notice-to-Proceed, and will include the scope of services specified in Exhibit “A”, as the scope of construction work for the project is authorized by the City on a task order basis. II. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Any further extensions require City Council approval. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 01203.0001/835260.1 D-2 EXHIBIT “E” CONSULTANT’S PROPOSAL [CONTINUED ON NEXT PAGE] Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Northern California Office Central California Office Southern California Office 646 University Avenue 6417 Dogtown Road 699 Hampshire Road, Suite 102 Los Gatos, CA 95032-4416 San Andreas, CA 95249-9640 Thousand Oaks, CA 91361-2352 (408) 354-5542 (209) 736-4252 (805) 370-8710 www.cottonshires.com COTTON, SHIRES AND ASSOCIATES, INC. CONSULTING ENGINEERS AND GEOLOGISTS June 13, 2025 SC6163 Mr. David Copp Deputy Director of Public Works CITY OF RANCHO PALOS VERDES 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 SUBJECT: Proposal and Statement of Qualifications RE: RPV Emergency Landslide Stabilization Project – FY2025-26 Dear Mr. Copp, Cotton, Shires and Associates, Inc. (CSA) is pleased to submit our proposal and qualifications to continue providing professional geotechnical engineering and engineering geologic services to the City of Rancho Palos Verdes (City) in support of the ongoing RPV Emergency Landslide Stabilization activities (aka, Portuguese Bend Emergency Landslide Stabilization Project). We have organized this document to provide our statement of qualifications, proposed staff, relevant experience and reference project examples, anticipated scope of work and billing rates. Resumes for key personnel are appended to this document. Upon reviewing our proposal and qualifications, we trust you will find that CSA’s team offers excellent strengths and expertise to continue providing peer review, geological and geotechnical engineering services in support of this very complex landslide project. The proposed services will be based out of our Thousand Oaks office, where Michael Phipps, PG, CEG, Principal Engineering, will continue to be the project manager and key point of contact for the City. It is anticipated that employees from all three offices may be assigned tasks on projects. Mr. Phipps’ contact information is as follows: Point of Contact: Michael Phipps, PG, CEG, Principal Engineering Geologist Email: mphipps@cottonshires.com Office Phone: (805) 370-8710, ext. 102 Mobile Phone: (805) 807-90001 We appreciate the relationship that we have developed with you and others at the City over the past three years, and we thank you for the opportunity to continue providing Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 2 COTTON, SHIRES AND ASSOCIATES, INC. services on this challenging project. If you have any questions, or need additional information, please call us at (805) 370-8710. Respectfully submitted, COTTON, SHIRES AND ASSOCIATES, INC. Michael B. Phipps Patrick O. Shires Principal Engineering Geologist President and Senior Principal Principal-In-Charge, Southern CA Office Geotechnical and Civil Engineer PG 5748, CEG 1832 GE 770 Attachments: Appendix A – Resumes of Key Personnel Appendix B – CSA Schedule of Charges Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 3 COTTON, SHIRES AND ASSOCIATES, INC. PROPOSAL AND STATEMENT OF QUALIFICATIONS FOR RPV EMERGENCY LANDSLIDE STABILIZATION PROJECT CITY OF RANCHO PALOS VERDES, CALIFORNIA PROJECT UNDERSTANDING The City of Rancho Palos Verdes declared a Landslide Emergency in the Fall of 2023 due to acceleration of the Greater Portuguese Bend Landslide following an extreme 2022-23 rainy season which dropped over 200% of historical average rainfall on the Palos Verdes Peninsula. The Greater Portuguese Bend Landslide area consists of the historically active Portuguese Bend Landslide, Abalone Cove Landslide, Klondike Canyon Landslide, and areas beyond the historical boundaries of those landslides that are within the Ancient Altamira Landslide. CSA became engaged in discussions with the City regarding the accelerated land movement beginning in July 2023, and have been assisting the City with a variety of technical and consultation tasks including geotechnical evaluation and characterization of the land movement, peer review of proposed emergency stabilization measures proposed by a third- party consultant, peer review of a comprehensive field investigation of the landslide performed by the third-party consultant that included deep borings and geotechnical instrumentation, and extensive consultation and technical support for the project including participation in various technical and public meetings, presentations to the City Council, stakeholders, and the general public, and participating in numerous media interviews. We understand that these services will continue to be needed through the next fiscal year (2025- 26); therefore, this proposal is intended to address the continuity of those services. STATEMENT OF QUALIFICATIONS General Cotton, Shires and Associates, Inc. (CSA) was incorporated in California on March 27, 1974, and is a full-service geotechnical and geological consulting firm and California Certified Small Business Enterprise (SBE) with offices in northern, central and southern California. CSA is privately owned by five of its key principals: Patrick Shires, PE, GE, RGP (President and Sr. Principal Geotechnical Engineer and Geophysicist); John Wallace, PG, CEG (Vice President and Principal Engineering Geologist); David Schrier, PE, GE (Vice President and Principal Geotechnical Engineer); Andrew Mead, PG, CEG (Vice President and Principal Engineering Geologist); and Samuel Nolan, PE, GE (Treasurer). Employees/Key Contact/Office Locations CSA currently has 20 employees within three offices in California. The proposed services will be based out of our Thousand Oaks office, where Michael Phipps, PG, CEG Principal Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 4 COTTON, SHIRES AND ASSOCIATES, INC. Engineering Geologist and Principal-in-Charge of our Southern California Office, will be the project manager and key point of contact for the City. It is anticipated that employees from all three offices may be involved on this project. Office locations are as follows: Southern California Office – Thousand Oaks 699 Hampshire Road, Suite 102 Thousand Oaks, California 91361-2352 Point of Contact: Michael Phipps, PG, CEG, Principal Engineering Geologist Email: mphipps@cottonshires.com Office Phone: (805) 370-8710, ext. 102 Mobile Phone: (805) 807-9001 Northern California Office–Los Gatos Central California Office--San Andreas 646 University Avenue 6417 Dogtown Road Los Gatos, California 95032 San Andreas, California 92549 Office Phone: (408) 354-5542 Office Phone: (209) 736-4252 Firm Qualifications and Experience Since 1974, our geologists and geotechnical engineers have applied advanced geotechnical analysis for a variety of clients throughout California and the Western United States. The firm includes geotechnical engineering and engineering geologic professionals in addition to GIS, technical illustrating and clerical/accounting support staff. As part of its facilities, CSA maintains a sophisticated soil testing laboratory and extensive in-house geotechnical reference library, as well as state-of-the-art technical illustrating and computer analysis equipment. CSA’s senior staff are trained geotechnical engineers and engineering geologists with advanced degrees who have broad experience in producing, evaluating and utilizing geologic and geotechnical data. Our staff members have a recognized ability to convey technical information to both technical and non-technical users in written, verbal and illustrative forms, and they routinely provide geologic and geotechnical services for multidisciplinary teams including government officials, regional planners, attorneys, architects, engineers, and other design professionals. CSA's versatility and commitment to excellence ensure the highest quality in all aspects of our services. The firm specializes in the following types of projects: • Earth Movement Studies and Slope Stability Analyses • Engineering Geologic and Geotechnical Engineering Peer Review • Foundation Design, Grading and Drainage • Geologic and Seismic Hazard Studies • Failure Analysis and Expert Witness Consulting Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 5 COTTON, SHIRES AND ASSOCIATES, INC. In addition to providing geotechnical engineering investigation, design and peer review services, CSA provides design, construction management, inspection, and litigation support services. We solve complex geotechnical challenges. CSA consists of a versatile, experienced team of geotechnical professionals having a diverse background and expertise in the following geotechnical service areas: Landslides & Rock Mechanics -- CSA is internationally recognized for its expertise in the characterization of earth movement, including landslides and landslide potential, levee failures, dam instability, and soil creep distress. We use unique subsurface investigation techniques best suited to exploration of slope stability problems and provide cost-effective recommendations for siting, design and slope remediation. Members of our senior staff have collectively investigated over 600 earth movement cases throughout California, Hawaii and Utah. A representative list of landslide projects is presented in Appendix A. Our expertise includes: •Debris Flows •Rockfalls •Mudslides •Large Translational and Rotational Landslides •Earthquake Induced Landslides •Detailed Geologic Mapping •Exploratory Drilling •Logging of Large-Diameter Boreholes •Installation and Monitoring of Slope Inclinometers •Geophysical Exploration Geotechnical/Geophysical Investigations & Design -- CSA has been at the forefront of geologic hazard assessments of hillside areas for over four decades. Representative projects conducted by our team of engineering geologists and geotechnical engineers range in size and scope from relatively small, subdivision-sized investigations to large projects involving tens to hundreds of square miles. CSA completes geotechnical engineering investigations based on appropriate subsurface exploration, soils lab testing and geotechnical analyses. We complete sufficient site surface and subsurface characterization to develop a sound basis for geotechnical analysis of site conditions and the development of recommended design criteria. We insist that geotechnical evaluations are supported on an adequate base of data collected from the site. At appropriate properties, we employ geophysical exploration methods to augment data gathered from borings, test pits or trenches. We utilize a Multi-Channel Seismograph System and ReMi to collect geophysical data. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 6 COTTON, SHIRES AND ASSOCIATES, INC. From the investigation and design of small earth retention structures to the complex design of large building foundations, CSA provides innovative geotechnical engineering recommendations. In addition to water and wastewater facilities, our civil works projects include schools, commercial buildings, and power generation facilities. Faults & Seismic Hazard Investigations -- CSA has worked extensively on characterization of active faults and seismic hazards. Our investigations usually result in recommendations for fault setbacks that greatly reduce fault rupture hazard. We have completed fault investigations for dams, schools and water storage facilities located proximal to active fault zones. Our fault rupture hazard investigations typically center on locating and characterizing active fault rupture hazards through: • Surface Mapping • Interpretation of Aerial Photographs and LIDAR Imagery • Geophysics • Subsurface Investigation with Exploratory Trenches CSA evaluates liquefaction hazard potential through subsurface investigation and advanced geotechnical engineering analysis. We characterize soil type, density and groundwater levels. With these data, we are able to evaluate the potential for liquefaction and design engineering measures to mitigate liquefaction hazard and reduce the impacts to structures. With regard to ground shaking hazards, our team strives to remain at the forefront of earthquake engineering research. Our expertise in seismicity includes determination of design ground motions for engineering projects. We utilize both deterministic and probabilistic methods for evaluation of potential ground motions. KEY PERSONNEL To maintain continuity of the services we have been providing to the City of Rancho Palos Verdes over the past two years, the key point of contact, project manager and lead engineering geologist will be Michael Phipps, PG, CEG, Principal Engineering Geologist, while Patrick Shires, PE, GE, RGP, Senior Principal Geotechnical Engineer, will be the lead geotechnical engineer and continue to provide principal oversight for all peer review and geotechnical engineering tasks. John Wallace, PG, CEG, and Andrew Mead, PG, CEG, both Principal Engineering Geologists, will also provide project support and execution on an as-needed basis. Other technical staff who may assist with completion of geology and engineering tasks include Alaina Rosenthal, Staff Geologist and GIS Specialist, and Kevin Raver, Staff Geologist and FAA-Certified Drone Pilot. On an as-needed basis, engineering and design tasks will be supported by Sam Nolan, PE, GE, Principal Geotechnical Engineer, and Rylan Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 7 COTTON, SHIRES AND ASSOCIATES, INC. Andersen, PE Senior Staff Engineer. Full resumes for our key personnel are provided in Appendix A). REFERENCE PROJECTS The following are several recent, relevant reference projects that include geotechnical peer review, landslide and/or slope stability evaluation and stabilization considerations: Client: City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, CA 90275 Client Contact: Mr. Ramzi Awwad Director, Public Works Department Project Name: Greater Portuguese Bend Landslide Emergency Services Dates: 2023-Present Cost: $1,077,784 (2023-2025 to date) Key Members: Michael Phipps (Role: Project Manager, Lead Engineering Geologist) Patrick Shires (Role: Lead Geotechnical Engineer) Description: Under our current on-call services contract with the City, in July 2024 CSA was requested to evaluate the acceleration and expansion of land movement of the Greater Portuguese Bend Landslide. Our services for this project included an extensive compilation and inventory of historical geotechnical data, geologic mapping, evaluation of GPS survey monitoring data, peer review of proposed emergency stabilization measures, peer review and participation in a comprehensive field investigation and geotechnical instrumentation program, review and analysis of instrumentation and dewatering data, geological and engineering analyses, geotechnical mitigation design in site-specific areas, assessments and mitigation considerations for trails in open-space areas, and extensive consultation, meeting attendance, presentations, and media interviews. Client: South San Joaquin Irrigation District and the Oakdale Irrigation District (subconsultant to Provost & Pritchard Consulting Group) 19969 Greenley Road, Suite J Sonora, California 95370 Client Contact: Mr. Scott Lewis Principal Tunneling Consultant Phone: (559) 449-2700 Email: slewis@ppeng.com Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 8 COTTON, SHIRES AND ASSOCIATES, INC. Project Name: Rockfall Hazard Assessment of the Goodwin Dam Right Abutment Dates: 2023-Present Cost: $48,000 Key Members: John Wallace (Role: Project Manager/ Lead Engineering Geologist) Description: In 2023, CSA was retained as a subconsultant to Provost & Pritchard Consulting Group to assist the South San Joaquin Irrigation District and the Oakdale Irrigation District for the proposed Goodwin Dam Right Abutment portion of the Canyon Tunnel Upstream Portal project in Calaveras County, California. CSA conducted in providing detailed rockfall hazard mapping, analysis, and provided mitigation concepts where construction of the Canyon Tunnel Upstream Intake Structure will be located immediately upstream of the dam located along the Stanislaus River. The goal of our rockfall hazard investigation was to determine whether or not a significant rockfall hazard exists to workers and the construction site at the portal during the roughly 1 year construction period, and if so, what would the design rockfall event be, what would the resulting risks be to the construction zone, and what mitigation alternatives (if needed) would reduce the risk to the workers to acceptable levels. CSA’s scope of work included: obtaining previously gathered drone LiDAR survey point cloud data and generating a detailed topographic base map and hillshade images; performing rockfall trajectory analyses to identify the slope areas with the potential to shed rockfall debris into the project work area; performing detailed engineering geologic mapping; and performing a two-dimensional rockfall analysis using the program Rocscience RocFall2. Client: South Coast Air Quality Management District 21865 Copley Drive Diamond Bar, California 91765 Client Contact: Mr. Brian Roberts Building Maintenance Manager Phone: (909) 396-2289 Email: Broberts@aqmd.gov Project Name: Geotechnical Evaluation, Instrumentation Monitoring, Survey Monument Monitoring Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 9 COTTON, SHIRES AND ASSOCIATES, INC. Dates: 2012-Present Cost: $369,886 Key Members: Michael Phipps (Role: Program Manager/Lead Engineering Geologist) Matthew Janousek (Role: Lead Geotechnical Engineer) Patrick Shires (Role: Supporting Principal Geotechnical Engineer) Description: CSA is under contract through 2026 to provide ongoing geotechnical evaluation, instrumentation monitoring, and survey monument monitoring related to slope distress at the South Coast Air Quality Management District (SCAQMD) headquarters in Diamond Bar. The site was mass-graded in the late 1980s and brought to present grade with up to 95 feet of canyon fill. Soon after construction, distress was noted on the appurtenant facilities around the main building, which sits on drilled piers extending to bedrock. CSA was contracted in 2012 to perform a comprehensive geotechnical investigation consisting of large and small diameter borings, hand-dug test pits, and installation of inclinometers, piezometers, and survey monuments. The results of our investigation indicated that the facilities are impacted by deep fill settlement and fill slope creep. We have provided geotechnical investigation and select monitoring reports to SCAQMD since 2012. CSA is performing semi-annual inclinometer, piezometer, and survey monument monitoring, and is now utilizing InSAR data to help facilitate evaluation and detailed future monitoring of the slope deformation. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 10 COTTON, SHIRES AND ASSOCIATES, INC. ANTICIPATED SCOPE OF WORK While the scope of work for FY2025-26 will be on an as-needed basis and remains to be determined, it is anticipated that the following geotechnical and peer-review services may be provided: • Peer review of project plans, specifications, reports, studies, data, and other technical deliverables from third parties; • Preparation of plans, specifications and other engineering and construction details in specific areas; • Research, procurement, compilation and review of background and historical geotechnical data, current rainfall, instrumentation and dewatering production data, assessment district information (ACGHAD & KCGHAD) and GPS monitoring data; • Field reconnaissance, geologic mapping, and photo-documentation of areas of interest; • Preparation of engineering geologic maps, cross-sections and other exhibits; • Geotechnical analysis of compiled information including subsurface geotechnical data, hydrologic data, and hydrogeologic data in the landslide area; • Preparation of proposals for site-specific geotechnical investigations where more detailed evaluations are required to develop mitigation concepts or design criteria; • Attendance at meetings (in person or via Zoom/Teams) as requested by the City; • Emergency response services including assessments of land movement, slope failures, road distress, and other natural hazard or disaster-related event, for evaluation of threats to public safety or City facilities; • Technical support, consultation, communication, and reporting to City staff on various project-related matters; FEE SCHEDULE CSA will provide the anticipated services on a Time-and-Expenses basis up to a not-to-exceed contract amount to be determined by the City. We will invoice the City monthly for these services with invoices to be delivered by the 10th of each month, or the day following the 10th if it falls on a weekend or holiday. Time will be billed in accordance with the following rate schedule for personnel: Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Proposal and Statement of Qualifications June 13, 2025 RPV Emergency Landslide Stabilization-FY25-26 SC6163 Page 11 COTTON, SHIRES AND ASSOCIATES, INC. These rates, as well as equipment, mileage, and other expense charges are listed on CSA’s Schedule of Charges, included in Appendix B. AGREEMENT We have reviewed the draft professional services agreement that was forwarded by the City, and specifically the indemnification and insurance requirements. We are also currently under contract with the City to provide similar On-Call Engineering Services and will be willing to sign the agreement as generally presented; however, we request that Section 2.2b (10% retention of contract amount) be removed from the agreement, as it is not considered applicable to the type of services that we are providing for this contract. . Role (Personnel Category) Hourly Rate Sr. Principal Engineer/Geologist $300 Principal Engineer/Geologist $275 Supervising Engineer/Geologist $245 Senior Engineer/Geologist $215 Senior Staff Engineer/Geologist $200 Senior GIS Specialist $190 Staff Engineer/Geologist $180 Field or Lab Technician (prevailing wage) $180 Clerical $105 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 APPENDIX A RESUMES OF KEY PERSONNEL CSA LANDSLIDE PROJECTS LIST Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 CURRICULUM VITAE - PATRICK O. SHIRES President Senior Principal Civil and Geotechnical Engineer and Geophysicist Current Address COTTON, SHIRES AND ASSOCIATES, INC. 6417 Dogtown Road, San Andreas, California 95249 Phone: (209) 736-4252 646 University Avenue, Los Gatos, California 95032 Phone: (408) 354-5542 699 Hampshire Road, Suite 102, Thousand Oaks, California 91361 Phone: (805) 370-8710 Web site: www.cottonshires.com, email: cottonshires@me.com Registration Registered Geotechnical Engineer in California, Registered Geophysicist in California Registered Professional Civil Engineer in California, Colorado, Hawaii and Washington Education M.S., Civil Engineering (Geotechnical) with Graduate Courses in Geophysics: Stanford University, Stanford, California, 1975; B.S., Stanford University, Stanford, California, 1972. Representative Experience As Senior Principal in Charge of CSA civil and geotechnical engineering projects, Mr. Shires’ responsibilities range from investigation, analysis and product review to final design participation and project management for large projects. Mr. Shires remains actively involved in the engineering investigation, design, construction, and review for technical investigations. In addition, he is qualified as an expert witness in Civil/Geotechnical Engineering and has testified at 98 trials and binding arbitrations as an expert witness, including trials resulting in landmark legal decisions involving earth movement (landslides), construction dispute and watercourse (hydrology and coastal) issues. Mr. Shires has 53 years of professional experience in the fields of civil and geotechnical engineering and geophysics throughout the United States and abroad. In the early part of his career, he supervised the technical investigation and engineering and geophysical analyses for many landslides, water and wastewater treatment and distribution facilities, pipelines, dams, nuclear and fossil fuel power plant and high-rise building sites throughout the western United States. He investigated over 50 dam sites and was the chief design engineer for a 160-foot high rockfill dam in Arizona. At his present position, Mr. Shires has specialized in slope stability investigations on over 825 landslide projects, over 175 of which have been in southern, 60 in central, and over 615 in northern California; and 12 in Hawaii, as well as landslides in Idaho, Utah, Colorado and China. He has supervised many major landslide investigation projects, including the Big Rock Mesa (Malibu), Rambla Pacifico (Malibu), Anaheim Hills and Sycamore Ranchito (Santa Barbara) landslides and the La Conchita (claiming 10 lives), Camarillo Springs (fire burn area), San Bernardino (fire burn area) and Montecito (fire burn area) debris flows in southern California; the Love Creek Debris Flow (claiming 10 lives), Hillside Avenue Debris Flow (claiming one life), Eliot Quarry, Telegraph Hill and hundreds of other landslides in northern California; and the Manoa, Ailuna-Leighton and other landslides in Hawaii, as well as flooding, debris flow and dam failure issues associated with major storm events on three islands of Hawaii. He has investigated large landslides in Utah and Idaho, including the Green Hollow Landslide in Cedar City, North Salt Lake City Landslide and rockfalls impacting an Interstate in Utah, the North Alto Via Landslide in Boise, Idaho and multiple landslide projects in Colorado. He investigated several mega-landslides and rock slope stability for ship-locks for the Three Gorges Dam project in China. He is currently assisting the City of Rancho Palos Verdes with the reactivation of a major landslide impacting multiple residential lots, roads and infrastructure. Mr. Shires has also specialized in the investigation of failures associated with coastal processes and river and creek flooding, including dam and levee failure and design issues. He has served as the Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 CV - PATRICK O. SHIRES (cont.) Page 2 chief design engineer on major landslide repair and coastal protection projects. Mr. Shires has participated in International Field Workshops on Landslides, and has attended field workshops in Japan (twice), Australia, New Zealand, Switzerland (twice), Austria, Italy, Czech Republic, Slovak Republic, Spain, England and Norway. Mr. Shires has served as Principal in Charge of geotechnical investigation of multiple highway and public works projects, including the recommendations for and design of retaining walls protecting and supporting roadways. He designed a large landslide repair to protect State Highway 144 in Santa Barbara, retaining walls along the inboard and outboard sides of Alpine Road and Portola Road in Portola Valley, retaining walls for Withey Road and a bridge for Keto Road in Saratoga, protection for roadways including Esplanade Avenue in Pacifica, Kings Mountain Road in Woodside, San Bruno Avenue in San Bruno and Polhemus Road in San Mateo. Mr. Shires has considerable experience as an expert witness in litigation for various civil and geotechnical engineering related issues, including slope stability (landslides), coastal processes, flooding and erosion, expansive earth materials (soil and bedrock), compressible soils issues, groundwater issues, high-rise building issues (dewatering, shoring, settlement and tilting), vibration related damage, rupturing of oil pipelines, tunneling and construction-related defects/accidents. Mr. Shires has conducted forensic investigations of issues associated with several high-rise buildings in San Francisco, San Jose and San Diego. Mr. Shires has also specialized in the civil design of remedial measures for dealing with drainage and slope stability problems, including the design of grading plans, retaining wall structures, shear pins, tiebacks, dewatering wells and extensive drainage works. He has worked on numerous dam projects, including design, remediation, monitoring and interaction with various governing agencies. He has been the chief design engineer on over 216 landslide repair projects, including designing a $50,000,000 landslide repair in Santa Barbara County, coastal seawalls to protect coastal bluffs in Pacifica and Pismo Beach and extensive slope repairs to protect homes below the Knockash Hill rockslides in San Francisco. He was retained by the Chinese government to work on the Yangtze Water Resource Commission's Three Gorges Dam project in China and was the MTA tunneling geotechnical engineering expert for over $10 billion in tunneling claims in Los Angeles. He was retained by the Millennium Tower Association to provide forensic and remediation services for settlement and tilting of the Millennium Tower in San Francisco and by the U.S. Department of Justice on behalf of the U.S. Army Corps of Engineers for Hurricane Harvey dam and flooding issues in Houston. His areas of expertise include: • Landslides, debris flows, flooding & levee stability • Earth movement & vibration expert • Dams, waterway and coastal engineering and design • Foundation and retaining wall design • Geotechnical design for water and wastewater facilities • Expansive soil and bedrock expert • Grading (filling & excavation) design and practice • Seismic analysis and design • Roadway, parking, pavement and drainage design • Construction defects/accidents • Groundwater, settlement and shoring issues • Issues with high-rise buildings As Principal Geophysicist, Mr. Shires has conducted numerous geophysical investigations throughout the western United States, from small-scale studies of rippability for grading to providing Quality Assurance for investigations at P.G.&E.’s nuclear power plants in California to investigations of numerous dam sites. Over the past 53 years, he has conducted and managed a wide variety of geophysical studies, and has provided expert witness geophysical services, including: • Seismic and radio-detection surveys for pipelines • Gravity and seismic surveys for tunnels • Surface surveys for regional seismic analyses • Magnetic and earth resistivity surveys • Reflection surveys for fault investigations for environmental hazards exploration • Seismic surveys for landslides & rippability • Seismic studies of landfills & tailings dumps • Downhole, crosshole and/or surface seismic • Vibration studies and monitoring surveys for over 35 dams Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 CV - PATRICK O. SHIRES (cont.)Page 3 Professional History President, Senior Principal Civil and Geotechnical Engineer and Geophysicist, 1983 - Present; Cotton, Shires and Associates, Inc., Los Gatos, Thousand Oaks and San Andreas, California Staff through Supervising Civil and Geotechnical Engineer and Geophysicist, 1972-1983; Earth Sciences Associates, Inc., Palo Alto, California Past and/or Present Professional Affiliations American Society of Civil Engineers American Society for Testing and Materials American Underground Association Earthquake Engineering Research Institute Society of Exploration Geophysicists Consulting Engineers Association of California California Geotechnical Engineering Association Appointments Industrial Research Associate: United States Geological Survey, Menlo Park, California Past Member /Chairman: Architectural Site Control Commission, Portola Valley, California Expert Consultants Panel Member: City of Rancho Palos Verdes, California; Millennium Tower Arbitrator: California Ridge Development, San Jose, California Independent Geotechnical Expert for Mediators: Rancho Solano Development, Fairfield, California; Knockash Hill Rockslides, San Francisco, California; Buck Center/Partridge Knolls Landslide, Novato, California; Jackson Meadows Subdivision Slope Stability, Morgan Hill, California; and Calabasas Slope Movement, Calabasas, California Selected Publications GEOLOGIC MODEL FOR ALLUVIUM-BUTTRESSED LANDSLIDES (with P.L. Johnson and S.W. Nolan): Environmental & Engineering Geoscience, Vol. XXIX, No. 4, November 2023, pp. 231-243. DESIGN AND CONSTRUCTION OF THE SUMMIT SENIOR CARE FACILITY INTO THE SIDE OF AN UNSTABLE CALIFORNIA HILLSIDE (with H.W. Schnabel): Deep Foundations Institute 43rd Annual Conference in Anaheim, October 2018. GEOLOGIC AND GEOTECHNICAL FACTORS CONTROLLING INCIPIENT SLOPE INSTABILITY AT A GRAVEL QUARRY, LIVERMORE BASIN, CALIFORNIA (with P.L. Johnson and T.P. Sneddon): Environmental & Engineering Geoscience, Vol. XXII, No. 2, May 2016, pp. 141-155. THE SUBSURFACE COMPLEXITY OF ALLUVIUM-BUTTRESSED LANDSLIDES AT KNIGHTS VALLEY, CALIFORNIA 2013 (with P.L. Johnson): Geological Society of America, Abstracts with Programs, v. 45, no.7, p. 150. THE SYCAMORE RANCHITO LANDSLIDE, SANTA BARBARA, CALIFORNIA: in Proceedings of the 2012 XIII International Conference and Field Trip on Landslides (ICFL), Kyoto, Japan. COMPLEX INTERPLAY BETWEEN TOPPLING, SLIDING, AND STRESS CHANGES ASSOCIATED WITH A MASSIVE LANDSLIDE, SANTA BARBARA, (with WALACE, John M., DURDELLA, Milton J., SNEDDON, Tim P.), in Program with Abstracts, 2009 Association of Engineering Geologists Annual Convention, South Lake Tahoe. MITIGATION OF 1998 EL NINO SEA CLIFF FAILURE, PACIFIC, CALIFORNIA: 2001, (with T. Sayre and D. W. Skelly), in Engineering Geology Practice in Northern California, edited by Ferriz and Anderson, Association of Engineering Geologists, Special Publication 12. EVALUATION OF BUILDING DISTRESS CLAIMS DUE TO TWIN SUBWAY TUNNELING IN HOLLYWOOD, CALIFORNIA, 2000 (with W.F. Cole and E.A. Hay): in Proceedings of the 2000 Annual Meeting of the Association of Engineering Geologists, San Jose, California. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 CV - PATRICK O. SHIRES (cont.) Page 4 GEOLOGIC AND GEOTECHNICAL CHARACTERIZATION OF THE WEEKS CREEK LANDSLIDE, SAN MATEO COUNTY, CALIFORNIA: 1994 (WITH WILLIAM F. COLE AND JOHN M. WALLACE), NATIONAL EARTHQUAKE HAZARDS REDUCTION PROGRAM, U. S. GEOLOGICAL SURVEY GRANT 1434-93-G-2340. THE VAL POLA LANDSLIDE OF 1987, VALTELINA, ITALY: in Proceedings of the 2000 Annual Meeting of the Association of Engineering Geologists, San Jose, California. ADDED WEIGHT INCREASE VIA RAINFALL: A LIKELY FAILURE MECHANISM FOR COLLUVIAL LANDSLIDES ON OAHU, HAWAII: 1997 (with W. F. Cole), in Proceedings of 1997 Annual Meeting of Association of Engineering Geologists, Portland Oregon. ANALYSIS OF LANDSLIDES TRIGGERED BY THE 1989 LOMA PRIETA EARTHQUAKE, CENTRAL SANTA CRUZ MOUNTAINS, CALIFORNIA: in review (with W. F. Cole, D. R. Marcum and B. R. Clark), in The Loma Prieta, California Earthquake of October 17, 1989, U. S. Geological Survey Professional Paper. CHARACTERIZATION OF LANDSLIDES FOR EVALUATION OF EARTHQUAKE-TRIGGERED LANDSLIDES IN CALIFORNIA: 1994 (with W.F. Cole, J.M. Wallace and D.R. Marcum), in Proceedings of 37th Annual Meeting of Association of Engineering Geologists, Williamsburg, Virginia. STANDARD-OF-CARE FOR EXPANSIVE SOIL DESIGN: 1992, (with H. Mack), Proceedings of the 7th International Conference on Expansive Soils, August 3-5, 1992, Dallas, Texas, sponsored by the American Society of Civil Engineers, International Society of Soil Mechanics and Foundation Engineering, National Science Foundation and Texas Tech University, Volume 1, pp. 387-391. ANALYSIS OF LOMA PRIETA EARTHQUAKE-TRIGGERED LANDSLIDES, CENTRAL SANTA CRUZ MOUNTAINS, CALIFORNIA: 1991, (with W. F. Cole, D. R. Marcum, B. R. Clark, and R. P. Lozinsky), Geological Society of America, Cordilleran Section 87th Annual Meeting, March 25-27, 1991, San Francisco, California, Abstracts with Programs, p.63. INVESTIGATION OF LANDSLIDES TRIGGERED BY THE 1989 LOMA PRIETA EARTHQUAKE AND EVALUATION OF ANALYSIS METHODS: 1991 (with W. F. Cole, D. R. Marcum and B. R. Clark), Final Technical Report to U. S. Geological Survey, National Earthquakes Hazards Reduction Program, Grant Award No. 14-08-0001-G1860. PRELIMINARY SUBSURFACE CHARACTERIZATION OF EARTHQUAKE-TRIGGERED LANDSLIDES IN THE CENTRAL SANTA CRUZ MOUNTAINS, CALIFORNIA: 1990, (with W. F. Cole, R. P. Lozinsky, and B. R. Clark), Geological Society of America Annual Meeting, October 28- November 1, 1990, Dallas, Texas, Abstracts with Program, Volume 22, Number 7, p.58. INVESTIGATION OF 31 LANDSLIDES AFFECTING THE CITY OF SANTA CRUZ WATER SUPPLY DISTRIBUTION SYSTEM: August, 1982, (with L. Alvarez and R. H. Wright), Conference on Landsliding Resulting from the January 1982 San Francisco Bay Area Storm, Stanford University. A CASE HISTORY OF EXPANSIVE CLAYSTONE DAMAGE: September, 1975, (with R. L. Meehan and M. T. Dukes), Paper 11590, in Journal of the Geotechnical Engineering Division, Proceedings of the American Society of Civil Engineers, Volume 101, No. GT9, pp. 933-948. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 COTTON, SHIRES AND ASSOCIATES, INC. CURRICULUM VITAE – MICHAEL B. PHIPPS Principal Engineering Geologist Principal-in-Charge, Southern California Office Current Address COTTON, SHIRES AND ASSOCIATES, INC. 699 Hampshire Road, Suite 102 Thousand Oaks, California 91361 Phone: (805) 370-8710, ext. 102 Email: mphipps@cottonshires.com Registration Certified Engineering Geologist in California, CEG 1832 Professional Geologist in California, PG 5748 Education B.S. Geological Sciences: University of Southern California, Los Angeles, California, 1987 Graduate-level coursework in hydrogeology, California State University, Northridge, 1989, 1992 Seismic Hazard Analysis, AEG Southern California Section Short Course, 1994 Representative Experience Mr. Phipps is a registered California Professional Geologist and Certified Engineering Geologist with over 38 years of diverse technical, project management, operations management and executive experience in the geotechnical industry in southern California. His technical expertise includes litigation support, geo-forensics, failure analysis, and expert witness testimony, geotechnical evaluation and remediation of landslides and other geologic hazards, engineering geological site characterization studies, coastal hazard evaluations (wave uprush, tsunami, bluff retreat), technical/peer review for municipalities, and geotechnical construction observation, testing, and monitoring for a broad variety of projects. Mr. Phipps’ representative technical experience includes investigation, evaluation and mitigation considerations for hundreds of small to very large landslides throughout Southern California, including the well-known Flying Triangle, Abalone Cove, Klondike Canyon, and Portuguese Bend Landslides on the Palos Verdes Peninsula, the Big Rock Mesa, Calle del Barco, Rambla Pacifico, Malibu Road, and Corral Canyon Landslides in Malibu, and the Castellammare Landslide in Pacific Palisades. He has also conducted dozens of investigations of mud/debris flow events and manufactured slope and embankment failures, including remedial design. Other representative experience includes design-level geotechnical investigations and construction monitoring of earthfill dams; investigation of tunnel outfall alignments, pipelines, and water retention and storage facilities; geologic mapping, assessment and grading/construction observation for mass-graded residential, commercial and industrial developments in Ventura, Los Angeles, Orange, Riverside, San Bernardino and San Diego Counties; fault surface rupture hazard investigations; slope instrumentation and monitoring (slope inclinometers, piezometers, ShapeArrays); utilization of remote sensing techniques (aircraft or drone- based aerial photogrammetry, InSAR, LiDAR, GPS survey monitoring), design geotechnical investigations for numerous municipal, commercial and institutional structures involving both shallow and deep foundations; structure distress evaluations and litigation-related forensic studies; geotechnical due-diligence for property acquisition, development siting and feasibility studies; groundwater development studies; water quality evaluations; Phase I and II Environmental Site Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 CV - MICHAEL B. PHIPPS (cont.) Page 2 COTTON, SHIRES AND ASSOCIATES, INC. Assessments; oil well abandonment; and preparation of geotechnical sections of environmental impact reports. Mr. Phipps has performed as City Geologist, Engineering Geological Reviewer, and consultant for many southern California cities, including the cities of Agoura Hills, Calabasas, Camarillo, Hidden Hills, Malibu, Moorpark, Rancho Palos Verdes, Rolling Hills Estates, Santa Monica, Simi Valley, and Thousand Oaks, and the counties of Ventura, Santa Barbara, and San Luis Obispo. He also performs technical review of geotechnical and coastal engineering reports submitted for beachfront and coastal bluff properties in the City of Malibu, and fault rupture hazard investigations submitted in the cities of Santa Monica and Malibu. He is well-versed in excavation, grading, and building code practices, principles, and regulations, especially as they relate to engineering geology and hillside and coastal development. He has participated in the development, review, and updating of geotechnical guidelines and proposed code changes for several municipalities and has also assisted several cities with obtaining millions of dollars of disaster-related FEMA funding. Mr. Phipps’ has decades of experience as an expert consultant/witness in litigation matters mostly involving landslides, structure distress, moisture or groundwater intrusion, storm-related flooding, and land partition matters. He has testified in five trials, given expert testimony in dozens of depositions, and participated in numerous mediations. Professional History Principal Engineering Geologist and Principal-in-Charge, Southern California Office, Cotton, Shires & Associates, Inc., Thousand Oaks, California, 2008-Present Principal Geologist, Geolabs-Westlake Village, Westlake Village, California, 2004-2008 Principal Geologist to Vice President of Operations and Branch Manager, Bing Yen & Associates, Inc. (subsidiary of ATC Group Services Inc.), Camarillo and Irvine Offices, California, 1998-2004 Senior Project Geologist, Leighton and Associates, Inc., Westlake Village, California, 1996-1997 Senior Project Geologist and Manager of Geological Services, Bing Yen & Associates, Inc., Irvine, California, 1993-1996 Staff to Project Geologist, Slosson & Associates, Van Nuys, California, 1986-1993 Past and/or Present Professional Affiliations Association of Engineering and Environmental Geologists American Shore & Beach Preservation Association American Society of Civil Engineers American Public Works Association California Geotechnical Engineers Association (company membership) Coast Geological Society Selected Publications INVERSE CONDEMNATION: HOW TO WIN; HOW TO KEEP THE DAMAGES DOWN, co- presented with G. Fisher, C. Schweikhard, and L. Sommer, Public Agency Risk Managers Association Annual Meeting, Monterey, California, 2001, and six other venues. GUIDELINES FOR PREPARING ENGINEERING GEOLOGY REPORTS, REVISED 1992, assistant to J.E. Slosson, co-assisted by T.F. Blake, J.A. Johnson, J.R. Keaton, R.A. Larson, C.M. Scullin, & T.L. Slosson in County of Los Angeles Department of Public Works, Manual for Preparation of Geotechnical Reports, Appendix pp. A28-A39, Revised August 2005. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 CV - MICHAEL B. PHIPPS (cont.) Page 3 COTTON, SHIRES AND ASSOCIATES, INC. THE CITY OF AGOURA HILLS REVIEW PROCESS: A CASE HISTORY OF THE ESTABLISHMENT OF GUIDELINES TO EXPEDITE THE PREPARATION AND REVIEW PROCESS OF ENGINEERING GEOLOGY REPORTS, co-authored with T.L. Slosson in Proceedings of the Association of Engineering Geologists 35th Annual Meeting, Los Angeles, California, 1992. AN EXAMPLE OF SEQUENTIAL LAND USE NECESSITATING MITIGATION: WELL ABANDONMENT IN THE KRAEMER OIL FIELD, YORBA LINDA, CALIFORNIA, co-authored with J. E. Slosson and E.C. Sprotte, in Proceedings of the Association of Engineering Geologists 34th Annual Meeting, Chicago, Illinois, 1991. USE OF MULTIPLE WORKING HYPOTHESES AND MULTIPLE GEOLOGIC/GEOPHYSICAL TECHNOLOGIES TO ANALYZE A COMPLEX LANDSLIDE, co-authored with D.D. Crowther, T.L. Slosson and J.E. Slosson in Proceedings of the 27th Symposium on Engineering Geology and Geotechnical Engineering, Logan, Utah, 1991. APPLICATION OF OIL WELL TECHNOLOGY AND CONTINUOUS CORING TO LANDSLIDE INVESTIGATION, co-authored with A.B. Esmilla and J.E. Slosson in Geology of the Palos Verdes Peninsula and San Pedro Bay, Volume and Guidebook, Pacific Section AAPG and SEPM, 1987. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 COTTON, SHIRES AND ASSOCIATES, INC. CURRICULUM VITAE – JOHN M. WALLACE Principal Engineering Geologist Current Address COTTON, SHIRES AND ASSOCIATES, INC. 646 University Avenue Los Gatos, California 95032 Phone: (408) 354‐5542 Email: jwallace@cottonshires.com Registration California Professional Geologist, PG 6151 California Certified Engineering Geologist, CEG 1923 Education M.S. Geology: San Jose State University, San Jose, California, 1991 B.S. Geology: University of Southern California, Los Angeles, California, 1985 Representative Experience Mr. Wallace is a registered California Professional Geologist and Certified Engineering Geologist with over 39 years of experience in the fields of geology and engineering geology, working on projects in both northern and southern California as well as Colorado, Utah, Idaho, Hawaii, and North and South Dakota. Mr. Wallace has performed geologic mapping and evaluation of steep rock slopes affecting more than 30 penstocks, 20 dams and powerhouses, 60 canals, and 4 tunnels primarily within PG&Eʹs hydro‐generation facilities in the northern, central and southern Sierra Nevada, in addition to extensive experience in hydro‐projects such as mapping dam abutments, tunnels and penstock alignments, as well as tunnel, dam abutment, and portal rock bolting. Many of these projects involved using rock climbing techniques to safely access steep rock slopes. Mr. Wallace has been involved in numerous rock slope instability investigations on steep rock slopes within the City of San Francisco, involving steep rock slope mapping, characterization, and identifying mechanisms of rock slope failure and testing. He has extensive experience in coastal geologic processes, coastal landslide investigation, characterization, and mitigation, and recently performed detailed geologic investigations of coastal bluff properties in San Luis Obispo County, San Mateo County, Santa Cruz County, Mendocino County and Santa Barbara County. In addition, he has recently investigated several large, active landslides that severely distressed roadways and residential areas, including the Sycamore Ranchito Landslide in Santa Barbara, the Northbeach Rockslide in San Francisco, the Ocean Trails Landslide in Rancho Palos Verdes, and the Montellano Landslide in Los Angeles. He has investigated large landslides in Utah and Idaho, including the Green Hollow Landslide in Cedar City, and the North Alto Via Landslide in Boise. These projects involved detailed surface and subsurface investigation, instrumentation, and analysis. Mr. Wallace has also been involved with geologic mapping and siting studies for several fault and landslide constrained reservoirs, and recently mapped unstable coastal bluffs in Santa Barbara, San Luis Obispo, Mendocino, Bodega Bay, Capitola, Aptos, Montara and Pacifica. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 JOHN M. WALLACE (cont.) Page 2 COTTON, SHIRES AND ASSOCIATES, INC. As a field geologist with Electrowatt/Gibbs and Hill from 1986 to 1988, Mr. Wallace participated in the exploration and construction phases of the North Fork Stanislaus Hydroelectric Project, where he was involved in siting studies for four dam sites (including one thin‐arch concrete dam, one concrete‐ face rockfill dam, and two concrete gravity dams) and over ten miles of pressure tunnel and shafts. His responsibilities included geologic mapping, exploratory drilling and core logging, rock bolt support layout for dam abutments, geotechnical instrumentation installation and monitoring, exploratory trench logging, and extensive tunnel mapping of 10 miles of pressure tunnels and shafts, tunnel rock bolt support layout, and pressure grouting supervision. Mr. Wallaceʹs current duties include: research and compilation of pertinent geologic data; photogeologic mapping from aerial photographs; large‐scale and regional engineering geologic field mapping; coordination, logging, and analysis of subsurface exploration programs, including downhole logging of large‐diameter exploratory borings; geologic mapping of precipitous rock slopes using rock climbing techniques; installation and monitoring of slope inclinometers and piezometers; the final preparation of technical reports, maps and cross sections; attendance at and giving technical talks at professional conferences, and expertise witness testimony. Mr. Wallace has considerable experience as an expert witness for a variety of geologic issues, including landsliding, debris flows, rock characterization, seacliff instability, and rockfalls. Mr. Wallace has testified in 6 trials, 1 binding arbitration, and been deposed on 13 separate occasions as an expert witness. Professional History Principal Engineering Geologist, Cotton, Shires & Associates, Inc., Los Gatos, California, 1991‐Present Professional Affiliations Association of Engineering Geologists (AEG) Earthquake Engineering Research Institute (EERI) Professional Short Course Instructor: 2012 – 2015 University of Wisconsin‐Madison, College of Engineering and Department of Engineering and Professional Development; Slope Stability and Landslides, Course #904. Yearly 3‐day professional development course. Professor James M. Tinjum Program Director. Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 1 COTTON, SHIRES AND ASSOCIATES, INC. LANDSLIDE PROJECTS June, 2025 Southern California Landslides Bluebird Canyon Landslide, Laguna Beach, California, 1978 Flying Triangle Landslide, Palos Verdes, California, 1980-1982 Kazan Landslide, Palos Verdes, California, 1982 Robbins Landslide, Palos Verdes, California, 1984 Bluff Cove Landslide, Palos Verdes Estates, California, 1985-97 Sunnyhills Landslide, Fullerton, California, 1985 Big Rock Mesa Landslide, Malibu, California, 1985-1996 Emery Landslide, Bluff Cove, California, 1986 Walsh Landslide, Palos Verdes Estates, California, 1986 Rolling Hills Landslide, Palos Verdes, California, 1986 Montellano Landslide, Hacienda Heights, California, 1987-1992 Estrella Landslide, San Clemente, California, 1989 Monterey Hills Landslides, Monterey Hills, California, 1990-1991 Bluffs Apartments Landslide, Orange County, California, 1992-93 Shakib Landslide, Encino, California, 1994-96 Reservoir 19 Landslide, Rancho Palos Verdes, California, 1995 Alfonso Landslide, Agoura Hills, California, 1995-96 Rambla Pacifico Landslide, Malibu, California, 1995-96 Love Landslide, Pacific Palisades, California, 1995-96 Peacock Hill Landslide, Rancho Palos Verdes, California, 1995-96 Abalone Cove Landslide, Rancho Palos Verdes, California, 1996-01, 2023-25 Portuguese Bend Landslide, Rancho Palos Verdes, California, 1996-01, 2023-25 Anaheim Hills Landslide, Anaheim, California, 1995-97 Ocean Trails Landslides, Rancho Palos Verdes, California, 1998-2007 Pacific Point Landslides, San Juan Capistrano, California, 1998-00 Via La Mirada Landslide, San Juan Capistrano, California, 1998-00 Crown Cove Landslide, Laguna Niguel, California, 1998 Scadlock Lane Landslide, Sherman Oaks, California, 1998-2005; 2013 Siciliano Fill Failure, Los Angeles County, California, 1998-00 Los Carneros Reservoir Landslide, Goleta, California, 2000 Whispering Hills Landslides, San Juan Capistrano, California, 2000-01 Pireaus Road Landslide, Encinitas, California, 2001-2002 Sycamore Ranchito Landslide, Santa Barbara, California, 2004-2013 Montellano Road Landslide, Hacienda Heights, California, 2005-2012 Euclid Street Landslides, Fullerton, California, 2008-2014 Dreamweaver Ranch Landslide, Somis, California, 2011-2017 West Ventura Landslide, Ventura, California, 2011-2013 El Camino de la Luz Landslide, Santa Barbara, California, 2010-2015 Hillside Ave-Laurel View Drive Rockslide, Los Angeles, California, 2017-2021 Playa del Rey Landslide, Playa del Rey, California, 2017-present Mahan Ranch Landslide, Moorpark, California, 2022-23 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 2 Southern California Landslides (continued) Vivienda-Dorado Landslide, Carlsbad, California, 2020-2022 Keenan Landslide, Los Angeles, California, 2021-2024 Fowling Street-Pershing Drive Landslide, Playa del Rey, California, 2023-present Flicker Way Landslide, Los Angeles, California, 2024-present Castle Heights Landslide, Los Angeles, California, 2024-present Central California Landslides Allen (Aetna) Landslide, Carmel, California, 1982 Lahey, Puffin Lane (Aetna) Landslide, Watsonville, California, 1983 Carmel Valley Road Landslide, Monterey County, California, 1983 Dormody Landslide, Monterey County, California, 1983-1985 San Benancio Road Landslide, Monterey County, California, 1984 Veeder Ranch Debris Flows, Carmel Valley, California, 1988 Los Palmas Ranch Landslide, Monterey, California, 1991 Regents Rockslide, Big Sur, California, 1991 Old Las Palmas Tank Road Landslides, Salinas, California, 1997-00 Moro Cojo CWSC Landslide, Castroville, California, 1998-99 PG&E Laureles Debris Flows, Carmel Valley, California, 1999-00 PG&E 181 Gas Line Landslides, Monterey County, California, 1998 Potrero Canyon Landslide Complex, Carmel Valley, California, 1998-99 PG&E Kern Canyon Intake Rockslide, Kern County, California, 2011-2016 Northern California Landslides DeMoss Landslide, Santa Clara County, California, l974 Fern Flat Landslides, Santa Cruz County, California, 1975 Congress Springs Landslide, Santa Clara County, California, 1977 Ford Landslide, Santa Cruz County, California, 1977 Fitzgerald Landslide, Soquel, California, 1977 Bohnen Landslide, California, 1977 Alexander Landslide, San Jose, California, 1978 Padia Landslide, Scotts Valley, California, 1978 Kitamura Landslide, San Jose, California, 1978 Dwyer Landslide, San Jose, California, 1979 Phillips Landslide, San Jose, California, 1979 Idlewild Creek Debris Slide, Six Rivers National Forest, California, 1980 Moss Beach/Seal Cove Landslide, San Mateo County, California, 1980 Watershed Improvement Inventory, Six Rivers National Forest, California, 1980-1981 Wildcat Canyon Road Landslide, Berkeley, California, 1981 Mt. Eden Court Landslide, Saratoga, California, 1981 Marva Oaks Drive Landslide, Woodside, California, 1981-1983 Forrest (Aetna) Debris Flow, Pacifica, California, 1982 Mcleran (Aetna) Landslide, Ross, California, 1982 Northern California Landslides (continued) Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 3 George (Aetna) Landslide, Fairfax, California, 1982 Kay (Aetna) Landslide, San Francisco, California, 1982 Merry (Aetna) Debris Flow, Fairfax, California, 1982 Hagler (Aetna) Debris Flow, Larkspur, California, 1982 Uhren (Aetna) Landslide, San Francisco, California, 1982 Stephani (Aetna) Landslide, Santa Cruz, California, 1982 Macleod (Aetna) Landslide, Woodside, California, 1982 Jump (Aetna) Landslide, Corte Madera, California, 1982 Stanford (Aetna) Debris Flow, Sausalito, California, 1982 Mogilner (Aetna) Landslide, Berkeley, California, 1982 McLeran (Aetna) Debris Flow, Larkspur, California, 1982 Meads (Aetna) Landslide, Moraga, California, 1982 Kuhn (Aetna) Landslide, Sausalito, California, 1982 McCarthy (Aetna) Landslide, Mill Valley, California, 1982 Pietzrak (Aetna) Debris Flow, San Rafael, California, 1982 Ratto (Aetna) Debris Flow, San Rafael, California, 1982 Rosenberg (Aetna) Debris Flow, San Rafael, California, 1982 Church (Aetna) Landslide, Oakland, California, 1982 Clark (Aetna) Debris Flow, Kentfield, California, 1982 Summit Springs Road Landslide, Woodside, California, 1982-84 Valdez Way Landslide, Pacifica, California, 1982-1983 Patrol Road Landslide, Woodside, California, 1982-83 Love Creek Landslide, Felton, California, 1982-1987 Holster (Aetna) Debris Flow, Mill Valley, California, 1983 Cresia (Aetna) Landslide, Moss Beach, California, 1983 Knukle (Aetna) Landslide, Lafayette, California, 1983 Maglione, Brentwood (Aetna) Debris Flow, San Rafael, California, 1983 Smith, Martha Road (Aetna) Landslide, Orinda, California, 1983 Nyberg (Aetna) Landslide, Danville, California, 1983 Crowley (Aetna) Debris Flow, Kentfield, California, 1983-85 Desaenz (Aetna) Landslide, Tiburon, California, 1983 Olmstead (Aetna) Debris Flow, Brookdale, California, 1983 Swan (Aetna) Landslide, Belmont, California, 1983 Vacarezza (aetna) Landslide, San Francisco, California, 1983 Luckoff, La Cuesta Drive (Aetna) Landslide, Greenbrae, California, 1983 Bishop, Montebello Road (Aetna) Landslide, Cupertino, California, 1983 Willowbrook Apartments (Aetna) Landslide, Pittsburg, California, 1983 Chisolm (Aetna) Landslide, Santa Cruz County, California, 1983 Libby (Aetna) Landslide, Danville, California, 1983 Courtney (Aetna) Landslide, Alamo, California, 1983 Marshall, Robin Drive (Aetna) Landslide, Danville, California, 1983 Rodriguez, Hillmont Avenue (Aetna) Landslide, Oakland, California, 1983 Sobleman (Aetna) Landslide, Saratoga, California, 1983 Teymourtesh, Bettina (Aetna) Landslide, Belmont, California, 1983 Warren (Aetna) Landslide, Danville, California, 1983 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 4 Northern California Landslides (continued) Happy Lion School (Aetna) Landslide, Pinole, California, 1983 Binneweg, Sandy Beach (Aetna) Landslide, Vallejo, California, 1983 McIlnenna (Aetna) Landslide, Boulder Creek, California, 1983 Graulich (Aetna) Landslide, Aptos, California, 1983 Coplin/Lostegard (Aetna) Landslide, Tiburon, California, 1983 Royal Globe, Summit (Aetna) Landslide, Santa Clara County, California, 1983 East Dunne Avenue II Landslide, Morgan Hill, California, 1983 Blucher Valley Landslide, Sonoma County, California, 1983 Oakland Hills Tennis Club Landslide, Oakland, California, 1983 Sara Hills Drive Landslide, Saratoga, California, 1983 Oakhaven Way Landslide, Woodside, California, 1983 Cull Canyon Landslide, Castro Valley, California, 1983 Fulford Landslide, Pacifica, California, 1983 Rancho de Guadalupe Landslide, Santa Clara County, California, 1983 Withey Road Landslide, Monte Sereno, California, 1983 Ralston Avenue Landslide, Belmont, California, 1983 Pierce Road Landslide, Saratoga, California, 1983 Elkus 4-H Ranch Landslide, San Mateo County, California, 1983 Ralston Fill Landslide, Belmont, California, 1983 Wallace Landslide, Morgan Hill, California, 1983 Wright Landslide, Santa Cruz County, California, 1983 Terrabay Landslides, San Mateo County, California, 1983 Cane (Arnold) Debris Flow, San Rafael, California, 1983-86 Jackson Oaks Landslide, Morgan Hill, California, 1984 Pinn Landslide, Santa Clara County, California, 1984 Casas del Sol Landslide, San Pablo, California, 1984 Pfleger Debris Flow, Pacifica, California, 1984 Twelve Acres Landslide, San Jose, California, 1984 Johnson Landslide, Belmont, California, 1984 White Landslide, Los Gatos, California, 1984 Alba Road Landslide, Santa Cruz County, California, 1984 DHL Landslides, San Mateo County, California, 1984-85 Serrato Landslide, Santa Cruz County, California, 1984 Country Club Heights Landslides, San Jose, California,1984-86 Pace/Pereira Landslides, Belmont, California, 1984 Welch Landslide, Mill Valley, California, 1984-86 Skinner Landslide, Santa Cruz County, California, 1984 Simpson Landslide, Lafayette, California, 1984-85 Emley Landslide, Morgan Hill, California, 1984 Johannes Landslide, Morgan Hill, California, 1984 VMV Landslides, Richmond, California, 1984-1990 Locklin (Reliez Creek) Landslides, Lafayette, California, 1984-1992 Pinole Landslides, Contra Costa County, California, 1984-1992 Rodeo Landslides, Contra Costa County, California, 1984-1992 Lexington Reservoir Fire Landslide Study, Santa Clara County, California, 1985 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 5 Northern California Landslides (continued) Kramer Landslide, Rio Del Mar, California, 1985 Vaquero Court Landslide, Saratoga, California, 1985 Brisbane Debris Flow, Brisbane, California, 1985 Ganz Landslide, Belvedere, California, 1985 Kennelly Landslide, Woodside, California, 1985 Sky Terrace Landslides, Danville, California, 1985 Roze Landslide, Danville, California, 1985 Yoshimoto Landslide, Monte Sereno, California, 1985 Sellman Landslide, Oakland, California, 1985 Robertson Landslide, Morgan Hill, California, 1985 Huckabay Landslide, Santa Clara County, California, 1985 HARD Landslide, Hayward, California, 1985 Lancaster Court Landslide, Hayward, California, 1985 Grose Landslide, Saratoga, California, 1985 Warren (Aetna) Landslide, Danville, California, 1986 Kaplan (Aetna) Landslide, Tiburon, California, 1986 Parvin Landslide, La Selva Beach, California, 1986 Maffei Landslide, Santa Cruz County, California, 1986 Mulloy Landslide, Orinda, California, 1986 McDonald Landslide, Morgan Hill, California, 1986 Hawthorne Landslide, Martinez, California, 1986 Harless Landslide, Pinole, California, 1986 Shear Creek Road Landslide, Santa Clara County, California, 1986 Fitzpatrick Landslide, Orinda, California, 1986 Konze Landslide, Santa Cruz County, California, 1986 Wenrich Landslide, Orinda, California, 1986 Nowak Landslide, Los Gatos, California, 1986 Laborde Landslide, Lafayette, California, 1986 Hayfields Road Landslide, Portola Valley, California, 1986 Whalen Landslide, Orinda, California, 1986 Keith Landslide, Santa Cruz County, California,1986 Heyeck Landslide, Woodside, California, 1986 Benz Landslide, San Mateo County, California, 1986 EBRP Landslide, Hayward, California, 1986 Skyview Landslide, Hayward, California, 1986 Wall Road Landslide, Napa County, California, 1987 Glendora Drive/Chambers Landslide, Martinez, California, 1987 Upper Alpine Road Landslides, Portola Valley, California, 1987 St. Stevens Road Landslide, Orinda, California, 1987 Monte Bello Road Landslides, Santa Clara County, California, 1987 Hansen Landslide, Orinda, California, 1987 Speer Landslide, Watsonville, California, 1987 Big Con Reservoir Debris Flow, Santa Cruz County, California, 1987 Rice Landslide, Lafayette, California, 1987 Permanente Quarry Rockslide, Cupertino, California, 1987-1994 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 6 Northern California Landslides (continued) North Thompson Road Landslide, Lafayette, California, 1988 Nickel Landslide, Lafayette, California, 1988 Cole Landslide, Martinez, California, 1988 Woodbine Landslide, Danville, California, 1988 Ferrari Landslide, Mountain View, California, 1988 Redwood Landfill Landslides, Marin County, California, 1988 Penetencia Creek Landslide, San Jose, California, 1988 EBRPD/San Pablo Ridge Landslide, El Sobrante, California, 1989 COE/Santa Cruz County Landslides, Santa Cruz County, California, 1989 Ballard Landslide, Santa Cruz County, California, 1989 USGS Landsliding, Santa Cruz County, California, 1989 Harts Property Bluff Failures, Rio Del Mar, California, 1989 Mullens Landslide, Alameda County, California, 1989 Slocum Landslide, Orinda, California, 1989 Old Country Pizza Landslide, Aptos, California, 1989 Ticonderoga Condominiums Landslide, San Mateo County, California, 1989 Kingsbury Landslide, Aptos, California, 1989 Aldercroft Heights Landslide, Santa Clara County, California, 1989-1990 Schultheis Road Landslide, Santa Cruz County, California, 1989-1990 Villa Del Monte Landslide, Santa Cruz County, California, 1989-1990 Klindt Landslide, Los Gatos, California, 1990 Moss Beach Distillery Landslide, San Mateo County, California, 1990-2000 Belmont Canyon Road Landslide, Belmont, California, 1990 South Road Landslide, Belmont, California, 1990 Quarry Creek Landslide, Saratoga, California, 1990 Lower Lock Road Landslides, Belmont, California, 1990 Sigman Landslide, San Francisco, California, 1990 Seaview Landslides, Benicia, California, 1990-97 EBRPD/Stone Landslide, Oakland, California, 1991 Poppy Place Landslide, Pleasant Hill, California, 1991 St. Mary's Road Failure, Lafayette, California, 1991 Gamble Court Landslide, Hayward, California 1991 Highland Reservoir Landslide, San Carlos, California, 1991 Piazza Landslide, Santa Cruz County, California, 1992 Jain/Klindt Landslide, Santa Cruz County, California, 1992 Sequoia Way Landslide, Belmont, California, 1992 Schooler Landslide, Santa Clara County, California, 1992 Grand Teton Landslide, Pacifica, California, 1992 Moody Road Landslide, Los Altos Hills, California, 1992-2000 Cragmont School Landslides, Berkeley, California, 1993 Natoma Road Landslide, Los Altos Hills, California, 1993 Portola Road Cutslope Landslides, Portola Valley, California, 1993 Damon Lane Landslides, Saratoga, California, 1993 Occhipinti Landslide, South San Francisco, California, 1993-98 Zumbrun Landslides, Sacramento, California, 1993-95 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 7 Northern California Landslides (continued) PG&E Caribou Penstock Stability, Quincy, California, 1993-present Edgerton Road Landslide, Los Altos Hills, California, 1995-96 Page Mill Road Landslide, Los Altos Hills, California, 1996 Knockash Hill Rockslides, San Francisco, California, 1996-99 Kassar Rockslides, San Francisco, California, 1995-96 Weeks Creek Landslide, San Mateo County, California, 1995-96 Dougherty Hills Park Landslides, Dublin, California, 1996 Schilling Dam Spillway Landslide, Woodside, California, 1996-97 Ormandale School Landslides, Portola Valley, California, 1995-96 Old Santa Cruz Highway I Landslide, Santa Clara County, California, 1995-96 Old Santa Cruz Highway II Landslide, Santa Clara County, California, 1996-2000 Aguilar Landslide, San Francisco, California, 1996-97 Bijilsma Landslide, Monte Sereno, California, 1996-99 Sturla Landslide, Lafayette, California, 1996-97 Hayfields Landslide, Portola Valley, California, 1996 Rancho Solano Subdivision Landslides, Fairfield, California, 1996-99 Codorniu Napa Landslides, Napa County, California, 1995-2000 Reservation Ranch Landslide, Humboldt County, California, 1997 Polhemus Road Landslide, San Mateo County, California, 1997-2000 Page Mill Road Landslide, Los Altos Hills, California, 1997 Villa Oaks Landslide, Saratoga, California, 1997 Natoma Road Upper Landslide, Los Altos Hills, California, 1997-2000 Crow Canyon Road Rockslide, Castro Valley, California, 1997 Minoca Road Landslide, Portola Valley, California, 1997-99 Partridge Knolls Landslide, Novato, California, 1997-99 Delaplane Landslide, Lafayette, California, 1997 Fanfa Landslide, San Leandro, California, 1997 Interstate 80 Landslide at Cordelia (Colwell), Fairfield, California, 1997-99 El Salto Resort Bluff Failure, Capitola, California, 1997 Rahara Drive Landslide, Lafayette, California, 1997-2000 Suty Landslide, San Jose, California, 1997 Reding Landslide, Napa County, California, 1997-99 Portola Road Landslide, Portola Valley, California, 1997-99 Milk Ranch Conduit Rockslide (PG&E), Quincy, California, 1997 Crestmoor/Madison Landslide, San Bruno, California, 1997-2000 Shelter Cove Access Road Landslides, Pacifica, California, 1997-99 Hernandez Landslide, Los Gatos, California, 1998-99 Alpine Road Landslides, Portola Valley, California, 1998-2000 Hillside Drive Landslide, San Leandro, California, 1998-2000 Mission Peak Landslide, Fremont, California, 1998-99 Carter Landslide, Saratoga, California, 1998-99 Withey Road Cutslope Landslides, Monte Sereno, California, 1998-2000 Escobar Landslide, Portola Valley, California, 1998 Cervantes Cutslope Landslide, Portola Valley, California, 1998-99 Banyan Landslide, Pacifica, California, 1998-99 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 8 Northern California Landslides (continued) Esplanade Avenue Bluff Failures, Pacifica, California, 1998-99 Vartanian Landslide, Hillsborough, California, 1998-2000 La Cresta Landslide, Los Altos Hills, California, 1998-99 Mueller Landslide, San Carlos, California, 1998 CWSC Summit Springs Landslide, Woodside, California, 1998 Hallmark Drive Landslide, Belmont, California, 1998-2000 Quail Hill Landslides, Richmond, California, 1998-99 Sequioa Way Landslide, Belmont, California, 1998-99 Upper Lock Avenue Landslide, Belmont, California, 1998-99 Fleetwood/Fernwood Landslides, San Bruno, California, 1998-99 Marsten Avenue Landslide, Belmont, California, 1998 Shainin v. Kaliski Rockslides, Mill Valley, California, 1998-2000 Eliseo Drive Landslide, Larkspur, California, 1998-99 Garthe Landslide, Orinda, California, 1998-2000 Amesti Road Landslide, Santa Cruz County, California, 1998-2001 Thompson (Zander Drive) Landslide, Orinda, California, 1998-2001 Marchand (Mullens) Landslides, Castro Valley, California, 1998-2000 Steeno Landslide, Hillsborough, California, 1998 PG&E Drum Forebay Landslide, Alta, California, 1998 Rio Nido Landslide, Sonoma County, California, 1998 Jackson Meadows Landslide, Morgan Hill, California, 1999-2000 Gambonini Ranch Landslide, Marin County, California, 1999-2000 Mission Peak Landslide, Fremont, California, 1999-2000 Bel Aire Landslide, San Jose, California, 1999-2001 POST Landslide, La Honda, California, 1999 Shea/Refugio Landslides, Hercules, California, 2000 Crestview Landslide, Millbrae, California, 2000 Tuscany of Danville Landslide, Danville, California, 1999-2001 Bulkley Landslide, San Anselmo, California, 1999-00 Farmwald Landslides, San Mateo County, California, 1999-2001 Johnson/Clapp Landslide, Aptos, California, 2000 Brisbane Pool Landslide, Brisbane, California, 2000 Westline Drive Landslide, Daly City, California, 2000 Scenic Drive Landslide, LaHonda, California, 2000-01 Terrabay Landslides, South San Francisco, California, 2000 Oakhurst Golf and Country Club Landslide, Clayton, California, 2000-01 La Honda (Scenic Drive) Landslide, La Honda, California, 2000 Via La Paz Landslide, Larkspur, California, 2000 PG&E Middle Fork Penstock, Placer County, California, 2000 Vineyard 29 Slope Stability, Napa County, California, 2000 PG&E Browns Canal Rock Slope Failure, Madera County, California, 2000-03 Courtside Condominium Landslides, Aptos, California, 2000-01 Park/Buchner Landslide, Fremont, California, 2000-01 McNally/Stuckert Landslide, Orinda, California, 2000-01 Hillside Drive Landslide, San Leandro, California, 2000-02 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 9 Ben Oni Landslide, Berkeley, California, 2001 Willow Creek Landslide, Watsonville, California, 2001-present Felton Quarry Slope Stability, Felton, California, 2001-present Anker Landslides, San Mateo County, California, 2002-present Walbridge Terrace Slope Stability, San Francisco, California, 2002-present Saddleback Slope Stability Mitigation, San Francisco, California, 2002-present PG&E Tuolumne Flume Rockslides, San Joaquin County, California, 2003-04 Crestview Landslide, Millbrae, 2003-2005 RMC Quarry Landslide, 2003-present Elworthy Ranch Landslide, Danville, California, 2003-04 Fountainview Landslide Mapping, Santa Rosa, California, 2004-2005 Northridge Bluff Landslide, Daly City, California, 2004 Hawaii Landslides Manoa (Alani-Paty & Hulu-Woolsey) Landslides, Oahu, Hawaii, 1991-1994 Kuliouou Landslide, Oahu, Hawaii, 1991-1992 Ailuna-Leighton Landslide, Oahu, Hawaii, 1991-1994 Moanalua Landslide, Oahu, Hawaii, 1991-1992 Landslide Hazard Mapping, Wailupe & Kuliouou Valleys, Oahu, Hawaii, 1992-1993 Shiihara Landslide, Oahu, Hawaii, 1995-96 Tokio Marine Landslides, Hawaii, Hawaii, 1995-96 Makaha Valley Towers Debris Flows, Oahu, Hawaii, 2000-01 International Landslide Projects Puerto Rico 1985 Landslides resulting from catastrophic storms People's Republic of China 1988-1998 24 large landslides investigated for Three Gorges Dam Project International Landslide Field Workshops Attended (ICFL) United States 1978 Japan 1980 Japan 1985 Australia 1987 New Zealand 1987 Switzerland 1990 Austria 1990 Italy 1990 Czech Republic 1993 Slovak Republic 1993 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 10 Spain 1996 England 1999 Norway 2005 Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 APPENDIX B CSA SCHEDULE OF CHARGES Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 COTTON, SHIRES AND ASSOCIATES, INC. SCHEDULE OF CHARGES FOR PROFESSIONAL SERVICES CITY OF RANCHO PALOS VERDES – RPV LANDSLIDE EMERGENCY STABILIZATION PROJECT July 2025 Personnel Charges Senior Principal Engineer/Geologist/Geophysicist $ 300/hr Principal Geologist/Engineer $ 275/hr Supervising Geologist/Engineer $ 245/hr Senior Geologist/Engineer $ 215/hr Senior Staff Geologist/Engineer $ 200/hr Senior GIS Specialist $ 190/hr Staff Geologist/Engineer $ 180/hr Field/Laboratory Technician (prevailing wage) $ 180/hr* Clerical/Accounting $ 105/hr Equipment, Mileage and Copying Charges Downhole/Culvert Camera Inspection Equipment………….. $ 300/day Drone System $ 245/day Inclinometer System $ 245/day Piezometer Data Acquisition System $ 130/day Total Station Surveying Equipment $ 370/day GPS Surveying Equipment $ 475/day Compaction Testing Moisture/Unit Weight Gauge $ 180/day Rope Climbing Safety Equipment $ 305/day Multi-Channel Seismograph System and ReMi $ 360/day NearMap Aerial Photographs $ 220/site Vehicle Mileage (or Current IRS Approved Rate) $ 0.70/mi Aircraft Mileage (or Current GSA Approved Rate) $1.75/nmi Photocopying (B&W-Color) $0.25-0.60/copy Engineering (Large Format) Copier $ 0.65/ft2 Computer Assisted Color Plotting $ 16/sq. ft. Expert Witness Consultation Charges Expert witness testimony for court appearances and binding arbitrations shall be charged on a daily basis (minimum one-half day increments) at a rate of $4,800 per day. Deposition testimony shall be charged at a rate of $600 per hour (minimum one hour charge). Preparation time for depositions or court appearances shall be charged on a time-and-expenses basis in accordance with the Personnel, Equipment, Mileage, Copying and Expense charges listed herein. Laboratory Testing and Geophysical Services Charges Laboratory testing and geophysical services shall be charged on a time-and- expenses basis in accordance with the Personnel, Equipment, and Expense charges listed herein. Laboratory samples shall be stored for 60 days after the date of final report submittal unless special arrangements and fees are agreed upon for longer storage. Prevailing Wage Charges * Field and/or laboratory personnel on public works projects subject to Prevailing Wage requirements will be invoiced at the rate of $180/hr. Expense Charges (Receipted Costs Plus 15%) • Travel expenses including air fare, lodging, vehicle rental, etc. (either actual receipted costs plus 15% for meals or a flat subsistence charge of $85 per diem for overnight stay shall be charged in addition to the lodging cost) • Excavation subcontractors and expendable field supplies (inclinometer casing, piezometers, stakes, paint, etc.). • Reproduction of drawings • Photograph printing • Special fees, permits, insurance, etc. • Special mail service (air, electronic, courier, etc.) • Special equipment rental • Special consultant fees Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 1/28/2025 License # 0E67768 (925) 660-3530 13056 Cotton, Shires and Associates, Inc. 646 University Avenue Los Gatos, CA 95032 A 2,000,000 PSB0006677 2/1/2025 2/1/2026 1,000,000 10,000 2,000,000 4,000,000 4,000,000 1,000,000A PSA0002275 2/1/2025 2/1/2026 4,000,000A PSE0002888 2/1/2025 2/1/2026 4,000,000 A PSW0003773 2/1/2025 2/1/2026 1,000,000 1,000,000 1,000,000 A Professional Liab. RDP0057214 2/1/2025 Per Claim 2,000,000 A Professional Liab. RDP0057214 2/1/2025 2/1/2026 Aggregate 4,000,000 All operations of the Named Insured, including the aforementioned project General Liability: Please see Additional Insured endorsement attached; such coverage is Primary & Non-Contributory with Waiver of Subrogation included, as required by written contract. ADDITIONAL INSURED AS RESPECTS TO GENERAL LIABILITY: City of Rancho Palos Verdes, its respective elected and appointed officers, directors, officials, employees, agents and volunteers City of Rancho Palos Verdes 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 95032 COTTSHI-01 SUMMANR IOA Insurance Services3875 Hopyard Road Suite 200Pleasanton, CA 94588 Tamatha Rogers-Barnett Tammy.Rogers@ioausa.com RLI Insurance Company X 2/1/2026 X X X X XX Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 RLI Insurance CompanyPolicyNumber: NamedInsured: PPB 304 02 12 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. RLIPack®FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM - SECTION II – LIABILITY 1. C. WHO IS AN INSURED is amended to include as an additional insured any person or organization that you agree in a contract or agreement requiring insurance to include as an additional insured on this policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by you or those acting on your behalf: a.In the performance of your ongoing operations; b.In connection with premises owned by or rented to you; or c.In connection with “your work” and included within the “product-completed operations hazard”. 2.The insurance provided to the additional insured by this endorsement is limited as follows: a.This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this policy. b.This insurance does not apply to the rendering of or failure to render any "professional services". c.This endorsement does not increase any of the limits of insurance stated in D. Liability And Medical Expenses Limits of Insurance. 3.The following is added to SECTION III H.2. Other Insurance – COMMON POLICY CONDITIONS (BUT APPLICABLE ONLY TO SECTION II – LIABILITY) However, if you specifically agree in a contract or agreement that the insurance provided to an additional insured under this policy must apply on a primary basis, or a primary and non-contributory basis, this insurance is primary to other insurance that is available to such additional insured which covers such additional insured as a named insured, and we will not share with that other insurance, provided that: a.The "bodily injury" or "property damage" for which coverage is sought occurs after you have entered into that contract or agreement; or b.The "personal and advertising injury" for which coverage is sought arises out of an offense committed after you have entered into that contract or agreement. 4.The following is added to SECTION III K. 2. Transfer of Rights of Recovery Against Others to Us – COMMON POLICY CONDITIONS (BUT APPLICABLE TO ONLY TO SECTION II – LIABILITY) We waive any rights of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal and advertising injury" arising out of "your work" performed by you, or on your behalf, under a contract or agreement with that person or organization. We waive these rights only where you have agreed to do so as part of a contract or agreement with such person or organization entered into by you before the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. 36% &RWWRQ6KLUHVDQG$VVRFLDWHV,QF Docusign Envelope ID: 0C56D801-6EEB-415A-8533-5783BE360809 Certificate Of Completion Envelope Id: 0C56D801-6EEB-415A-8533-5783BE360809 Status: Completed Subject: Complete with Docusign: PSA_Emergency LS Stabilization_25-26_Cotton Shires and Assoc_for signat... Source Envelope: Document Pages: 65 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 2 David Copp AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 dcopp@rpvca.gov IP Address: 72.34.97.146 Record Tracking Status: Original 7/7/2025 10:28:42 AM Holder: David Copp dcopp@rpvca.gov Location: DocuSign Signer Events Signature Timestamp ANDREW MEAD amead@cottonshires.com Principal Engineering Geologist Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 146.168.4.30 Sent: 7/7/2025 10:41:15 AM Viewed: 7/7/2025 12:37:03 PM Signed: 7/7/2025 12:37:17 PM Electronic Record and Signature Disclosure: Accepted: 7/7/2025 12:37:03 PM ID: 445840f0-8580-4c10-9d80-bc8f9acfc537 David T. Schrier dschrier@cottonshires.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 99.152.117.184 Sent: 7/7/2025 12:37:19 PM Viewed: 7/7/2025 12:51:22 PM Signed: 7/7/2025 12:51:55 PM Electronic Record and Signature Disclosure: Accepted: 7/7/2025 12:51:22 PM ID: 72a894dd-4355-436c-bc3c-05026888219d William Wynder wwynder@awattorneys.com City Attorney Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 13.88.155.124 Sent: 7/7/2025 12:51:56 PM Viewed: 7/7/2025 1:46:51 PM Signed: 7/7/2025 1:47:09 PM Electronic Record and Signature Disclosure: Accepted: 7/7/2025 1:46:51 PM ID: 8cfa0e4a-6286-4236-a917-404ddd6760bc David Bradley david.bradley@rpvca.gov Self Anthem Blue Cross Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 2600:1700:6298:1a80:2436:e32:fb37:71fc Sent: 7/7/2025 1:47:11 PM Viewed: 7/7/2025 8:04:08 PM Signed: 7/7/2025 8:04:21 PM Electronic Record and Signature Disclosure: Accepted: 4/6/2022 5:59:34 AM ID: f0c88f71-e2e8-4736-ab5c-59950463981e Signer Events Signature Timestamp Teresa Takaoka terit@rpvca.gov City Clerk Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 75.83.180.163 Signed using mobile Sent: 7/7/2025 8:04:23 PM Viewed: 7/8/2025 4:48:05 AM Signed: 7/8/2025 4:48:14 AM Electronic Record and Signature Disclosure: Accepted: 7/8/2025 4:48:05 AM ID: 507d5aef-9406-4a7d-948b-537e85ec5fb3 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 7/7/2025 10:41:16 AM Certified Delivered Security Checked 7/8/2025 4:48:05 AM Signing Complete Security Checked 7/8/2025 4:48:14 AM Completed Security Checked 7/8/2025 4:48:14 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Palos Verdes (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronicall y through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made av ailable electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 6/15/2021 5:55:39 PM Parties agreed to: ANDREW MEAD, David T. Schrier, William Wynder, David Bradley, Teresa Takaoka Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Palos Verdes: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: terit@rpvca.gov To advise City of Rancho Palos Verdes of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at terit@rpvca.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Palos Verdes To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to terit@rpvca.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Palos Verdes To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to terit@rpvca.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify City of Rancho Palos Verdes as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Palos Verdes during the course of your relationship with City of Rancho Palos Verdes.