CC SR 20250916 01 - Landslide Emergency ExtensionCITY COUNCIL MEETING DATE: 09/16/2025
AGENDA REPORT AGENDA HEADING: Regular Business
AGENDA TITLE:
Consideration to receive updates on the Greater Portuguese Bend-Ancient Altamira
Landslide Complex and revise the Fiscal Year (FY) 2025-26 budget.
RECOMMENDED COUNCIL ACTION:
(1)Receive and file an update on the Greater Portuguese Bend -Ancient Altamira
Landslide Complex (Landslide Complex) conditions, activities, and financials;
(2)Review and provide input on the ranked priority order list and budget for the FY
2025-26 Landslide Complex program;
(3)Ratify, nunc pro tunc (meaning to replace the prior version correcting an
inadvertent omission) the Professional Services Agreement (PSA) with Geo-Logic
Associates, Inc. (GLA) for final engineering design, environmental documents, and
related services for the Portuguese Bend Landslide Remediation Project to add
federal grant compliance clauses with no change to the PSA amount, and
authorize the Mayor to execute the PSA in a form approved by the City Attorney;
(4)Award a PSA to Geosyntec Consultants, Inc. for a Landslide Hydrology and
Hydraulics Study in the amount of $1,100,200 with a 15% contingency for a total
amount of up to $1,265,230, and authorize the Mayor to execute the agreement in
a form approved by the City Attorney;
(5)Award a PSA to Michael R. McGee, PLS, dba McGee Survey Consulting for
surveying services in connection with the Portuguese Bend Landslide Emergency
Stabilization Project in FY 2025-26 in the not-to-exceed amount of $320,000 for a
one-year term, and authorize the Mayor to execute the PSA in a form approved by
the City Attorney;
(6)Award a revised PWA with Ocean Blue Environmental Services, Inc. for on -call
landslide emergency spill response and related services in Fiscal Year 2025-26 in
the not-to-exceed amount of $1,400,000 for a one-year term, and authorize the
Mayor to execute the PWA in a form Approved by the City Attorney;
(7)Adopt Resolution No. 2025-___, A RESOLUTION OF THE CITY COUNCIL OF
THE CITY OF RANCHO PALOS VERDES, CALIFORNIA, EXTENDING FOR A
TERM OF 60 DAYS THE TEMPORARY PROHIBITION ON TRAVEL BY
UNICYCLES, BICYCLES, MOTORCYCLES, AND OTHER ONE- OR TWO-
WHEELED VEHICLES ON PALOS VERDES DRIVE SOUTH WITHIN THE
LANDSLIDE COMPLEX DUE TO CONTINUED ROADWAY CONDITIONS;
(8)Adopt Resolution No. 2025-__, A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF RANCHO PALOS VERDES, CALIFORNIA, CONTINUING THE LOCAL
EMERGENCY DECLARATION AS ESTABLISHED BY RESOLUTION NO. 2023 -
47 ADOPTED ON OCTOBER 3, 2023 FOR AN ADDITIONAL 60 DAY PERIOD;
and,
1-1
(9) Adopt Resolution No. 2025-__, A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF RANCHO PALOS VERDES, CALIFORNIA, EXTENDING THE STATE
OF LOCAL EMERGENCY WITHIN THE GEOGRAPHIC BOUNDARIES OF THE
PORTUGUESE BEND COMMUNITY ASSOCIATION, PORTUGUESE BEND
BEACH CLUB, AND SEAVIEW NEIGHBORHOODS BASED ON SUDDEN
ENERGY SHORTAGES, PLANNED DEENERGIZING EVENTS, AND INTERNET
SERVICE SHUT OFFS AS ESTABLISHED BY RESOLUTION NOS. 2024-52 AND
2024-57 FOR AN ADDITIONAL 60 DAYS.
FISCAL IMPACT: RM
Cost to Date:
Overall, cost of the emergency response is projected to reach approximately $48 million
from the period beginning in October 2022 through the fiscal year (FY) ending June 30,
2025, including purchase order carryovers and continuing appropriations from FY 2023 -
24. This amount is funded through various sources, including the General Fund, CIP
Fund, ARPA, Supervisor Hahn’s Social Program Grant, and Metro Funds.
FY 2024-25:
A comprehensive summary of expenditures incurred for FY 2024 -25 is included in the
August 19, 2025 staff report and can be found at the following link:
https://rpv.granicus.com/MetaViewer.php?view_id=5&clip_id=4840&meta_id=130486
FY 2025-26 Adopted Budget:
The FY 2025-26 City Council adopted budget for the Portuguese Bend Landslide is
$17,750,000 in the CIP and $860,300 for property tax assessments in the General Fund,
as detailed the tables below.
Capital Infrastructure Program (CIP) Fund:
Funding Source: Capital Infrastructure Program (CIP) Fund FY 2025-26
Adopted Budget
8202 - Abalone Cove Sanitary Sewer Repair Program 3,000,000
8304 - Portuguese Bend Landslide Remediation 700,000
8307 - Portuguese Bend Landslide Remediation - Emergency
Stabilization Measures 8,050,000
Construction 5,750,000
Professional Services (Engineering, Environmental, Inspection, Management 1,725,000
Contingency 575,000
8308 - Portuguese Bend Landslide Remediation - Deep Dewatering Wells
1 thru 6 Permanent Power (City's Federal Grant Match) 525,000
8309 - Portuguese Bend Landslide Hydrology & Hydraulics Study 1,400,000
TOTAL - FY 2025-26 (CIP FUND) $13,675,000
1-2
Special Revenue (Restricted) Funds:
Funding Sources: Special Revenue (Restricted) Funds FY 2025-26
Adopted Budget
8302 - Palos Verdes Drive South Landslide Repair Program 2,500,000
Gas Tax (Fund 202) 750,000
Prop C (Fund 215) 1,150,000
Measure R (Fund 220) 600,000
8308 - Portuguese Bend Landslide Remediation - Deep Dewatering
Wells 1 thru 6 Permanent Power 1,575,000
Federal Grant 1,575,000
TOTAL - FY 2025-26 SPECIAL REVENUE (RESTRICTED) FUNDS $4,075,000
General Fund:
Funding Source: General Fund FY 2025-26 Adopted Budget
3150 Property Tax Assessments
KCLAD 475,902
ACLAD 384,398
TOTAL - FY 2025-26 General Fund $860,300
ORIGINATED BY: Ramzi Awwad, Director of Public Works
Vina Ramos, Director of Finance VR
REVIEWED BY: Catherine Jun, Deputy City Manager
APPROVED BY: Ara Mihranian, AICP, City Manager
ATTACHED SUPPORTING DOCUMENTS:
A. Resolution No. 2025-___ Continuing Temporary Prohibition of One- or Two-
Wheeled Vehicles on Palos Verdes Drive South for 60 Days (Page A-1)
B. Resolution No. 2025-___ Continuing Local Emergency (Page B-1)
C. Resolution No. 2025-___ Continuing Local De-energization Emergency
(Page C-1)
D. August 19, 2025 City Council Staff Report
E. Professional Services Agreement with Geologic for the PBL Remediation
Project (Page E-1)
F. PSA with Geosyntec for Hydrology and Hydraulics Study (F-1)
G. PSA with Michael R. McGee dba McGee Surveying Consulting for landslide
GPS surveying and related services (page G-1)
H. PWA with Ocean Blue Environmental Services, Inc. for on-call landslide
emergency spill response and related services in Fiscal Year 2025 -26 (page
H-1)
1-3
EXECUTIVE SUMMARY:
• City Council is being asked to provide input on the FY 2025-26 ranked priority list
of landslide activities and direct any scope reductions to reduce costs. The priority
list can be found in Table 3.
• The current estimated cost of FY 2025-26 landslide activities is $1,863,000 less
than the original estimate prepared in the spring for the budget process because
some FY 2024-25 winterization projects held up better than expected and some
contractor quotes came in lower than expected.
• Staff have been verbally informed by the Federal Emergency Management Agency
regional leadership that the Building Resilient Infrastructure and Communities
(BRIC) grant for design work will continue; which would result in a federal grant
amount of $1,255,000 that had been assumed to be funded by the City in the FY
2025-26 budget.
• ACLAD is requesting the City contribute 50% of the cost ($100,000 City share)
towards repairing the Altamira Canyon culvert. This work is beneficial to reducing
water infiltration contributing to movement near Palos Verdes Drive South.
• ACLAD is requesting the City contribute 50% of the cost of ($100,000 City share)
towards regrading lower Altamira Canyon seaward of Palos Verdes Drive South.
This work is beneficial to reducing water infiltration and resultant load on the Deep
Dewatering Wells (DDWs) in the area.
• Updated GPS survey and geologic condition data for the month of August is not
yet available and will be included in the next landslide update on November 4,
2025.
• City Council is being asked to approve preparing a comprehensive Landslide
Hydrology and Hydraulics Study in the amount of $1,260,230, which is eligible for
70% FEMA funding, leaving the City cost at $380,000 (note that FEMA funding is
not guaranteed until reimbursements are approved and audits complete ). The
Study will develop a watershed model for the entire landslide complex
incorporating storm patterns from the past ten years and will prepare planning level
concepts for alternatives to reduce stormwater infiltration. Additionally, the study
will characterize the subsurface groundwater paths for part of the Portuguese Bend
Landslide to help optimize the locations of dewatering wells.
BACKGROUND:
The Greater Portuguese Bend Landslide Complex, sometimes called the Ancient Altamira
Landslide Complex (Landslide Complex) encompassed four historically active landslide
areas in the City: the Portuguese Bend Landslide (PBL), the Abalone Cove Landslide
(ACL), the Klondike Canyon Landslide (KCL), and the Beach Club Landslide (BCL) and
includes areas uphill from the PBL and ACL, within the Landslide Complex as mapped by
various agencies.
The May 6, 2025 City Council staff report provides information on the key events related
to the recent acceleration of the Landslide Complex and can be found at the following
links:
https://rpv.granicus.com/MetaViewer.php?view_id=5&clip_id=4791&meta_id=127446
1-4
The August 19, 2025 City Council staff report provides information on City Council actions
in response to the recent acceleration of the Landslide Complex (Attachment D). In
summary, at that meeting, as part of the FY 2025-26 budget process, the City Council
directed staff to develop a priority ranked order list of landslide emergency response
projects/activities totaling $9 million. This list was intended to assist the City Council with
considering budget reductions at their discretion to save money for operations and
maintenance of landslide measures in subsequent years. Staff presented a ranked list of
priority projects based on the FY 2025-26 adopted budget for landslide emergency and
mitigation efforts. Following review and discussion of the priorities, the City Council
directed Staff to return on September 16, 2025 for continued discussion.
This report will serve as the 60-day standing report on the current conditions of the
Landslide Complex and consideration to extend the local state of emergency and
prohibition of one- and two-wheeled vehicles along Palos Verdes Drive South through the
Landslide Complex.
DISCUSSION:
Tonight, the City Council is being asked to re-review the Ranked Priority List and Budget
for the FY 2025-26 Landslide Complex program (Table 3) to determine if the ranking
aligns with the Council’s expectations, and if not, provide input on reordering the priority
list. Additionally, the City Council is being asked to direct Staff on any reductions in the
scope of work for FY 2025-26 to reduce costs for continued work in subsequent fiscal
years. However, in order to review the priority list, the Council should first receive a status
update on the current conditions of the landslide.
The report on the current conditions of the landslide includes recent information on
winterization efforts that have resulted in cost modifications depending on the scope of
work. Moreover, the scope of work has changed based on a recent request from the
Abalone Cove Landslide Abatement District’s (ACLAD) request for cost sharing on some
of their winterization work.
1. Current Conditions of the Greater Portuguese Bend Landslide Complex
Geologic Conditions
A summary of the 2022-23 and 2023-24 rainy seasons can be found in the May 7, 2024
staff report at the following link:
https://rpv.granicus.com/MetaViewer.php?view_id=5&clip_id=4522&meta_id=118930
A summary of the 2024-25 rainy season can be found in the May 6, 2025 staff report at
the following link:
https://rpv.granicus.com/MetaViewer.php?view_id=5&clip_id=4791&meta_id=127446
At this time, survey data since the August 19, 2025 City Council meeting is not available.
Thus, the most recent GPS survey data and its interpretation is for the approximately
“monthly” monitoring periods ending July 1, 2025 and August 5, 2025 which can be found
in the August 19, 2025 staff report (Attachment D). The GPS survey for the period ending
September 3, 2025, is currently being processed and will be provided in the next landslide
staff report scheduled for November 4, 2025.
1-5
In summary, Figures 1 and 2 present scaled displacement rates (i.e., movement
velocities), movement vectors, and contours (aka “heat map”) of displacement rates for
the July 1, 2025 and August 5, 2025 full monitoring periods.
Figure 1: Scaled Displacement Rates for July 1, 2025 Monitoring Period
Figure 2: Scaled Displacement Rates for August 5, 2025 Monitoring Period
1-6
Table 1 below provides a summary of movement rates for each sub-slide over time.
Table 1: Sub-Slide Movement Rates as of August 5, 2025
Sub-Slide Oct 2022 Oct 2023* July 2024** August, 2025 August 5,
2025
Decrease
from July
2024 Peak
Average Movement (Inches/Week) %
KCL 0.06 0.33 4.34 0.0 100%
PBL 0.17 0.91 11.02 1.60 85%
ACL 0.14 0.72 10.25 2.72 73%
Upper Altamira 0.08 0.52 9.17 2.48 73%
Factor of Movement
KCL 1 5.5 72.3 0 -
PBL 1 5.4 64.8 9.4 -
ACL 1 5.1 72.3 19.4 -
Upper Altamira 1 6.5 114.6 31 -
*Month of emergency declaration
**Month of peak movement rate
Open Space, Palos Verdes Nature Preserve, Trails, and Beach Conditions
There are no changes from the August 19, 2025 report with respect to open space, Palos
Verdes Nature Preserve, and beach conditions (Attachment D).
Emergency Stabilization Activities
Deep Dewatering Well Program Status
The Deep Dewatering Well (DDW) component of the emergency stabilization activities is
complete. The August 19, 2025 staff report (Attachment D) shows the locations of the
DDWs and monitoring wells. Table 2 below provides the current DDW program statistics.
Table 2: DDW Current Water Extraction Rates as of September 8, 2025
DDW
No.
Date
Operational
Current Approximate Water Extraction Rate
(Gallons Per Minute)
Total Water Extraction to
Date
Acre-Ft Million
Gallons
1 9/13/2024 Offline (re-drilled 3/21/25) 132 43
2 9/17/2024 95 (re-drilled 5/29/25) 135 44
3 9/21/2024 75 (re-drilled 3/24/25) 132 43
4 9/21/2024 N/A, Decommissioned 3/27/25 95 31 4A 3/29/2025 50
5 9/25/2024 Offline (re-drilled 3/26/25; offline - redrill in
progress)
116 38
6 9/28/2024 80 (re-drilled 12/29/24 and 5/23/25) 110 36
7 10/15/2024 N/A, Decommissioned 6/3/25 15 5
8 10/17/2024 95 (re-drilled 8/14/25) 69 22
9 10/25/2024 N/A, Decommissioned 11/07/24
69 22 9A 11/16/2024 Offline (re-drilled 12/29/24, 5/10/25,
8/22/25)
10 10/24/2024 120 (re-drilled 5/11/25) 132 43
1-7
DDW
No.
Date
Operational
Current Approximate Water Extraction Rate
(Gallons Per Minute)
Total Water Extraction to
Date
Acre-Ft Million
Gallons
11 12/3/2024 N/A, Decommissioned 3/14/25 2 1
Totals 515 1,007 328
Following are key observations on the current status of DDW operations:
• The total combined water extraction rate of the DDWs is currently approximately 515
gallons per minute or 0.74 million gallons per day.
• Since the start of the DDW program, approximately 328 million gallons, or 1,007 acre-
feet of water have been extracted.
• DDW-5 has sheared due to land movement and is offline. Re-drilling began on
9/2/2025 and should be completed this week.
• DDW-1 has sheared due to land movement and is offline. Re -drilling will commence
following the completion of re-drilling DDW-5.
• DDW-7 has sheared, and based on its low production rate, the City’s Geologists are
advising that the well be re-located rather than re-drilled in its approximate existing
location. An analysis of relocation is currently being conducted.
• DDW-9A is offline due to low water level. The submersible pump is being adjusted
and the well will be back online shortly.
• DDW11 sheared and based on the low production rate, the City’s Geologists are
advising that this DDW should not be re-drilled, but rather re-located, should additional
funding become available. Due to the significant cost of relocating this DDW,
considered to be well above maintenance and operations, there are currently no plans
in place to relocate the well.
Underground water pressure measuring instruments, called vibrating wire piezometers
(piezometers) were installed to assist in determining the effects of DDWs on reducing
high water pressures, including locally artesian pressures, that might be contributing to
accelerated landslide movement. Five monitoring wells with piezometers were installed
under the deep slip plane as well as under the shallow slip plane to measure uplift
pressure on each slip plane. The locations of the piezometers can be found in the August
19, 2025 staff report (Attachment D)
Updated charts showing water pressures from the piezometers will be provided in the
next landslide staff report in conjunction with updated GPS survey data scheduled for
November 4, 2025.
ACLAD Update
Following is a summary status of the ACLAD’s activities as of September 9, 2025. The
locations of ACLAD dewatering wells can be found in the August 19, 2025 staff report
(Attachment D).
• ACLAD currently has 17 wells (a combination of shallow and DDWs) operating that
have pumped a total of approximately 5.8 million gallons of water in the month of
August 2025.
1-8
o 7 original/shallow wells extracted approximately 1.55 million gallons of
water.
o 10 DDWs extracted approximately 4.25 million gallons of water.
• Wells do not operate during the evening hours due to the use of generators.
• Repairs were made to multiple generators and several dewatering well drain lines.
ACLAD installed piezometers in the vicinity of their DDWs to collect data on the impact of
the DDWs on high water pressures. The locations of the piezometers can be found in the
August 19, 2025 staff report (Attachment D). Updated charts showing water pressures
from the piezometers will be provided in the next landslide staff report in conjunction with
updated GPS survey data on November 4, 2025.
ACLAD identified significant damage to the Altamira Canyon culvert from above Narcissa
Drive and seaward of Palos Verdes Drive South (PVDS), which is the primary drain for
Altamira Canyon under PVDS. The culvert is 10 feet in diameter and approximately 670
feet in length. The damage includes deviation and separations that allow water to infiltrate
into the ground and recharge the water table. ACLAD, in consultation with Staff and the
project geologists, determined that repairs can be made to keep the culvert operational
consisting of patching/filling separated areas. The cost is estimated to be $200,000.
ACLAD is requesting that the City contribute 50% of the cost for ACLAD to carry out the
work because part of the pipe is in the public right-of-way or City property. ACLAD made
a similar request to the City Manager in 1997 and the Rancho Palos Verdes Maintenance
Authority approved allocating 25% of the construction cost, not -to-exceed $12,500, from
the City’s Joint Powers Maintenance Authority. On November 14, 2023; the City Council
approved funding part of the cost of repairs to this culvert, which was ultimately 50%.
Additionally, ACLAD found that Lower Altamira Canyon, that conveys runoff to the ocean,
is obstructed due to land movement. ACLAD, in consultation with Staff and the project
geologists, determined that lower Altamira Canyon can be re-graded to keep the channel
open to allow the flow of runoff water to drain into the ocean, the cost of which is estimated
to be $200,000. ACLAD is requesting that the City contribute 50% of the cost for ACLAD
to carry out the work.
Although ACLAD’s Plan of Control, dated August 20, 1980, includes reconstructing
drainage courses and making them as impermeable as possible; on October 1, 2024, the
City Council authorized an emergency winterization program on City-owned property
within the Landslide Complex without waiving ACLAD’s responsibilities as identified in
their Plan of Control. ACLAD’s request for emergency winterization of lower Altamira
Canyon is consistent with emergency winterization on City-owned property.
Staff recommend that the City contribute 50% of the cost of ACLAD’s repairs because it:
• Benefits Palos Verdes Drive South by reducing water infiltration that contributes to
movement and the ongoing repairs to the PVDS, a significant cost borne by the
City;
• Re-grading benefits the City by preventing water infiltration that would add to the
load of the DDWs; and,
• City-funded work would occur on City-owned property
1-9
The cost for a 50% City contribution is estimated to be $100,000 for the Altamira Canyon
Culvert and $100,000 for the re-grading of Lower Altamira Canyon.
Klondike Canyon Landslide Hazard Abatement District (KCLAD) Update
Following is the status of KCLAD’s activities as of September 9, 2025. The locations of
KCLAD dewatering wells can be found in the August 19, 2025 staff report (Attachment
D).
• KCLAD currently has 1 well operating out of a total of 4 wells
• KCLAD Well 5 is offline and undergoing maintenance.
• KCLAD Well 6 is in service with a pump at 150 feet below ground surface and is
extracting water at a rate of 207 gallons per minute with a water depth of 106 feet.
• New KCLAD Well 7 is nearing completion and is expected to become operational
this week.
• Repairs are also planned for KCLAD Well 3 and KCLAD Well 4, both shallow wells,
to bring them back into service.
• Weekly readings are uploaded to the KCLAD website (KCGHAD.org).
There has been no measurable movement in the Seaview and PBBC neighborhood since
mid-October 2024, as noted above in Table 1. KCLAD and Staff continue to coordinate
on drainage and winterization efforts related to receiving flow from Klondike Canyon.
Status Update on Emergency Winterization Projects
The City Council is being provided with an update on emergency winterization for the
2025-26 rainy season. Conditions in the Landslide Complex have changed , and
accordingly, cost estimates for emergency winterization have changed and are now
$1,863,000 less than originally budgeted ($4,128,000 original budget now estimated at
$2,265,000).
A. Upper Altamira Canyon:
The impermeable liner and pipe installed as part of the 2024-25 rainy season emergency
winterization work has been destroyed because the slope from one side of the canyon is
closing in on the other side due to the type of movement in the area , With current
conditions, there is a risk that water flow in certain parts of the canyon could be impeded,
which will likely result in water ponding and infiltrating into the landslide. Additionally, there
is a risk that ponded water could breach and cause potential downstream water and mud
damage.
In response, Staff recommends re-grading parts of the canyon and adding a pipe where
one side of the canyon is closing in on the other side. This will temporarily close fissures
and provide for some water flow through the pipe. This work will minimize runoff from
recharging the ground water table in anticipation of dewatering wells continuing to reduce
the rate of movement.
1-10
There would remain a risk that the pipe may be crushed again as the canyon may close
in on itself before the end of the rainy season and it is not likely that the pipe could be
maintained after rains because conditions may become unsuitable for equipment.
The revised cost estimate for Altamira Canyon Winterization work is now approximately
$970,000, which is $1,631,000 less than originally budgeted because the originally
envisioned emergency winterization activities, which were slated to be similar to those
performed for the 2024-25 rainy season are no longer viable under the current conditions.
In consultation with the project geologist, Staff considered alternative winterization
options but determined that those would not be recommended, as summarized below:
• Option One - Considered buttressing the canyon wall to significantly reduce the
rate and movement plus re-grading the canyon to close fissures so water flow can
continue. This option is not recommended because buttressing is a short-term
solution likely to only be effective for one rainy season in anticipation of dewatering
wells reducing the rate of movement; its success is uncertain; and it would be a
significantly higher cost than the recommended approach. Should the City Council
want to pursue this option, an initial investment of approximately $50,000 is
needed to perform a survey and design that can be used to obtain construction
cost quotes.
• Option Two - Considered re-grading the canyon to close fissures without a pipe.
This would delay the canyon closing in on itself in anticipation of dewatering wells
reducing the rate of movement. However, there is a significant risk that canyon
closes in on itself before the end of the rainy season and it is not likely that repeated
re-grading could be done after rains because conditions may become unsuitable
for equipment. The cost of this option is approximately $500,000 and is not
recommended at this time.
B. Kelvin Canyon
Grading from the FY 2024-25 emergency winterization remains in good condition.
Therefore, Staff recommend limited repairs, ongoing maintenance, and funding for storm
response teams. This is estimated to cost $40,000, which is $467,000 less than the
originally budgeted amount when the expectation was repeating all FY 2024-25
winterization.
C. Klondike Canyon
Grading, pond liner, and erosion control measures from the FY 2024 -25 emergency
winterization remain in good condition. Some areas of pond liner need to be re -secured,
some sandbags need to be re-set, and some additional erosion control measures need
to be installed. Therefore, Staff recommend limited repairs, ongoing maintenance, and
funding for storm response teams. This is estimated to cost $100,000, which is $408,000
less than the originally budgeted amount when the expectation was repeating all FY 2024-
25 winterization.
D. Fissure Filling/Portuguese Canyon
1-11
A major depressed area where water collects at Portuguese Canyon near Burma Road
Trail has formed. Preventing water infiltration in this area is a high priority because
infiltration at the headscarp is most damaging. Staff Recommend installing a temporary
pipe to convey water from the depressed area under Burma Road Trail into lower areas
of the landslide where infiltration is less damaging. The estimated cost of this work and
originally envisioned fissure filling is approximately $1,100,000, which is $809,000 more
than originally budgeted.
E. Seaview Neighborhood
Re-graded and paved streets, storm water capture inlets, drainage pipes, and graben
liners from the FY 2024-25 winterization remain in good condition. Some repairs and
modifications to drainage elements are needed. Therefore, staff recommend limited
modifications to drainage elements, ongoing maintenance, and funding for storm
response teams. This is estimated to cost $55,000, which is $166,000 less than the
originally budgeted amount when the expectation was repeating all FY 2024 -25
winterization.
Utility Updates
Southern California Gas Company (SoCalGas)
Following are SoCalGas updates since the August 19, 2025 staff report (Attachment D):
• 8 homes in Seaview have had gas service restored.
Southern California Edison (SCE)
Following are SCE updates since the August 19, 2025 staff report (Attachment D):
• 12 homes in the PBBC and Seaview communities remain without power and are
awaiting electrical inspection. SCE will re-energize the remaining homes on a
weekly basis upon successful completion of electrical inspection.
• As part of ongoing efforts to enhance the resiliency and reliability of SCE
infrastructure, SCE began installing an innovative solution - Tension Relief
Strategy - in the Seaview neighborhood, as well as other areas of the Palos Verdes
Peninsula. More information can be found at: Energized.edison.com/rpv
As a separate item, City Staff and SCE have been working together to redesign and
relocate the temporary pole that SCE placed at the Ladera Linda Community Park. On
March 4, 2025, the City Council granted a 6 -month time extension for SCE to relocate
their power pole. During this time, City Staff and SCE have been focusing on finding an
agreeable circuit loop system that meets the needs of the community and SCE in the long
term. City Staff took the options to City Council on July 15, 2025, however, due to
additional time needed to coordinate with SCE, City Staff requested the item to be
continued for another 90 days to allow more time to coordinate with SCE. This item is
being presented to the City Council as a separate agenda item this evening.
Sanitary Sewer – Portuguese Bend Community
The City continues to make repairs to the Abalone Cove Sanitary Sewer System (Ab Cove
Sewer) as line breaks or pump malfunctions are discovered.
1-12
Sanitary Sewer – Seaview Neighborhood
There are currently no activities related to the Seaview Sanitary sewer as there has been
no detectable land movement for many months.
Sanitary Sewer – Portuguese Bend Beach Club
There are currently no activities to report for the privately owned Portuguese Bend Beach
Club sanitary sewer.
Sanitary Sewer – Palos Verdes Drive South Trunk Lines
Following are the updates for the Los Angeles County Sanitation Districts (San Districts)
sewer trunk lines on Palos Verdes Drive South (PVDS) since the August 19, 2025 staff
report (Attachment D):
• Replacement of the sewer trunk lines with more flexible material continues to be
on schedule for completion by the end of summer 2025.
• Some sections of the pipe were covered with small amounts of soil to protect them
from potential direct impact of errant vehicles.
California Water Service (Cal Water)
Following are Cal Water updates since the August 19, 2025 staff report (Attachment D):
Throughout the Landslide Complex, Cal Water is currently in the process of bringing the
following sections of water lines above-ground:
• Sweetbay Road:
o The project to bring various segments of existing water lines above-ground
started on September 8, 2025.
Communications
Following are Communications updates since the August 19, 2025 staff report
(Attachment D):
• City Staff and Palos Verdes Preserve Land Conservancy Staff met with Frontier in
the field to review and affirm their proposed communications (fiber optic) route.
The City will continue to work with Frontier on any needed agreements and permits
required for installation in the coming months.
2. Ranked Order Priority List of Landslide Emergency Response Activity Costs
The City Council is being asked to re-review the Ranked Priority List and Budget for the
FY 2025-26 Landslide Complex program (Table 2) to determine if the ranking aligns with
the Council’s expectations, and if not, provide input on reordering the priority list.
Additionally, the City Council is being asked to direct Staff on any reductions in the scope
of work for FY 2025-26 to reduce costs for continued work in subsequent fiscal years.
1-13
As part of the FY 2025-26 budget process, the City Council directed staff to present a
priority list of landslide emergency response projects/activities totaling $9 million so that
the City Council may consider future budget reductions based on the priority order rank
list. A ranked list of priority projects was presented at the August 19, 2025 meeting, and
after considering testimony and discussion, the City Council directed Staff to return on
September 16, 2025 for continued discussion on, among other things, the proposed
landslide project priority list.
The priority order was based on technical recommendations from the project geologist:
Geo-Logic Associates, Inc. (GLA), as well as the City’s contracted peer review geologist:
Cotton, Shires and Associates, Inc. (CSA), and other staff considerations . A detailed
description of the reasoning behind the priority order is in the August 19, 2025 staff report
(Attachment D).
Revised Cost Estimates
The cost estimates on which the FY 2025-26 budget was based have now changed based
on a current assessment of field conditions and a reassessment of the proposed
winterization projects, as discussed in the previous section. The cost estimate is now
$2,168,000 less than originally budgeted. Staff notes that conditions are changing and
additional winterization measures beyond those in this current estimate may be needed
as the 2025-26 rainy season unfolds.
Table 3: Ranked Priority List of Landslide Activities for FY 2025-26
Priority
Rank Project/Activity FY25-26 Budget Current
Estimate
Budget
Increase/Decrease
1 PVDS Landslide Repair $2,500,000 $2,500,000 $0
2 Ab Cove Sanitary Sewer Repair $3,000,000 $3,000,000 $0
3 GPS Surveying $320,000 $320,000 $0
4 PBL Hydrology & Hydraulics Study $1,400,000 $1,265,000 -$135,000
5 DDW-1, DDW-2, & DDW-3 $912,000 $912,000 $0
6 DDW1-6 Permanent Power* $2,100,000 $2,100,000 $0
7 DDW-9A & DDW-10 $936,000 $936,000 $0
8 DDW-5 $365,000 $365,000 $0
9 DDW-8 $275,000 $275,000 $0
10 DDW-7 $350,000 $350,000 $0
11 DDW-4 $197,000 $197,000 $0
12 DDW-6 $367,000 $367,000 $0
13 Altamira Canyon $2,601,000 $970,000 -$1,631,000
14 Kelvin Canyon $507,000 $40,000 -$467,000
15 Klondike Canyon $508,000 $100,000 -$408,000
16 Fissure Filling/ Portuguese Canyon $291,000 $1,100,000 +$809,000
17 Seaview Neighborhood $221,000 $55,000 -$166,000
18 PBL Remediation $700,000 $530,000 -$170,000
19 Contingency/ACLAD Contribution $200,000 $200,000 $0
$17,750,000 $15,582,000 -$2,168,000
1-14
Table 3 shows the original budget approved by the City Council prepared in the spring of
2025 as part of the annual budget process and revised cost estimates based on current
conditions and actual contractor quotes. Following are notable items:
• Budget reduction of $2,168,000 because costs were originally estimated in spring
2025 for the budget process and have now been updated based on current field
conditions and actual contractor quotes.
o PBL Hydrology & Hydraulics Study: actual consultant quote is $135,000
less than the Staff estimate prepared during the budget process.
o Altamira Canyon: method of winterization has changed, decreasing the cost
by $1,631,000, because a repeat of last year’s method is not viable
considering that the canyon hillside is closing in on itself. Staff recommend
a less comprehensive approach because other alternatives are very costly
considering the risk of being unsuccessful and very limited lifespan.
o Kelvin Canyon: current estimate is $467,000 less than budget estimate
because winterization activities from last year have remained largely intact
whereas the budget process estimate assumed that much of the
winterization would need to be repeated.
o Klondike Canyon: current estimate is $408,000 less than budget estimate
because winterization activities from last year have remained largely intact
whereas the budget process estimate assumed that much of the
winterization would need to be repeated.
o Fissure Filling: added pipe installation at Portuguese Canyon where a
depressed area has formed which increases the cost by $809,000.
o Seaview Neighborhood: current estimate is $166,000 less than budget
estimate because winterization activities from last year have remained
largely intact whereas the budget process estimate assumed that much of
the winterization would need to be repeated.
o PBL Remediation: actual consultant quote is $170,000 less than the Staff
estimate prepared during the budget process.
FEMA Funding
At the direction of the City Council, the FY 2025-26 budget did not include funding from
the Federal Emergency Management Agency (FEMA ) Building Resilient Infrastructure
and Communities (BRIC) grant award, considering the uncertainty around the grant
program at the time.
Staff have now been verbally informed by FEMA regional leadership that the design
phase of the BRIC grant will continue. Therefore, the two activities slated for 70% BRIC
funds may only need 30% City funding. Staff notes that FEMA funds are not guaranteed
until reimbursement applications have been approved and audits have been completed.
Staff have been conducting all activities related to these two projects in conformance with
BRIC grant requirements. Table 4 on the next page shows the impact of BRIC grant funds
on the two projects.
1-15
Table 4: City Cost Share of Grants- Estimated Cost of Landslide Activities in Priority Order for FY 2025-26
Priority Project/Activity
Current Estimate
100% City Cost
Current Estimate w/
Federal Grant Applied
Budget
Decrease
4 PBL Hydrology & Hydraulics Study $1,265,000 $380,000 -$885,000
18 PBL Remediation $530,000 $160,000 -$370,000
-$1,255,000
The City Council may wish to include the BRIC grant funds in the budget calculations and
direction to staff on cost reductions considering that FEMA regional leadership has
verbally informed Staff that the design phase of the BRIC grant will continue.
Financial Update
FY 2025-26 Adopted Budget – Expenditures
On June 17, 2025, the City Council adopted the FY 2025-26 Budget which includes
$17.75 million of Portuguese Bend Landslide projects, as summarized in the Fiscal
Impact section (page 2 of the report). Of this amount, almost $13.7 million is funded by
the CIP Fund and $4 million from Special Revenue (Restricted) Funds. Additionally, the
FY 2025-26 budget includes $860,000 for property tax assessment fees paid to KCLAD
and ACLAD, funded by the General Fund.
As of August 31, 2025, the total expenditure is $258,455, with additional $2.80 million
encumbered, representing 22% of the total CIP Fund budget (Tables 5 and 6). This leaves
a balance of approximately $10.60 million in CIP Fund and $4.07 million in Special
Revenue Funds. As shown in Table 7, the City has also paid $860,300 in tax
assessments, representing 100% of the total budget in assessments, as these payments
were due in July.
Table 5: PB Landslide - FY 2025-26 Adopted Budget and YTD – CIP Fund
Program
Funding Source: Capital
Infrastructure Program
(CIP) Fund 330
FY 2025-26
Adopted
Budget
Expenditures
($)
Encumbered
($)
YTD Spent &
Encumbered
(%)
Balance
8202 Abalone Cove Sanitary Sewer
Repair Program 3,000,000 20,087 148,413 6% 2,831,500
8304 Portuguese Bend Landslide
Remediation 700,000 0 0 0% 700,000
8307 Portuguese Bend Landslide Remediation - Emergency Stabilization Measures $8,050,000
Construction 5,750,000 135,138 1,139,044 22% 4,475,818
Soft Costs
(Engineering, Environmental,
Inspection, Management
1,725,000 103,230 1,521,770 94% 100,000
Contingency 575,000 0 0 0% 575,000
8308
Portuguese Bend Landslide
Remediation - Deep
Dewatering Wells 1 thru 6
Permanent Power (City's
Federal Match)
525,000 0 0 0% 525,000
8309
Portuguese Bend Landslide
Hydrology & Hydraulics
Study
1,400,000 0 0 0% 1,400,000
1-16
TOTAL - FY 2025-26 (CIP
FUND) $13,675,000 $258,455 $2,809,227 22% $10,607,318
Table 6: PB Landslide - FY 2025-26 Adopted Budget and YTD – Special Revenue Funds
Fund Sources: Special Revenue
(Restricted) Funds
FY 2025-26
Adopted
Budget
Expenditures
($)
Encumbered
($)
YTD Spent &
Encumbered
(%)
Balance
8302 Palos Verdes Drive South Landslide Repair Program $2,500,000
Gas Tax (Fund 202) 750,000 0 0 0% 750,000
Prop C (Fund 215) 1,150,000 0 0 0% 1,150,000
Measure R (Fund 220) 600,000 0 0 0% 600,000
8308 Portuguese Bend Landslide Remediation - Deep Dewatering Wells 1 thru 6 Permanent Power
Federal Grant (Fund 331) 1,575,000 0 0 0% 1,575,000
TOTAL - FY 2025-26 SPECIAL
REVENUE FUNDS $4,075,000 $0 $0 0% $4,075,000
Table 7: PB Landslide - FY 2025-26 Adopted Budget – General Fund
Funding Sources:
General Fund
FY 2025-26
Adopted
Budget
Expenditures
($)
Encumbered
($)
YTD Spent &
Encumbered (%) Balance
3150 Property Tax Assessments
KCLAD 475,902 475,902 0 100% $0
ACLAD 384,398 384,398 0 100% $0
TOTAL - FY 2025-26 $860,300 $860,300 $0 100% $0
FY 2025-26 Adopted Budget – Summary (CIP Fund)
Table 8 provides a summary of the FY 2025-26 Adopted Budget as presented during the
budget meetings held in June 2025. The budget includes $8.41 million in revenues and
$17.47 million in expenditures, resulting in a projected year-end balance of $7.15 million.
After applying the City Council’s Reserve Policy of $5 million, the CIP Fund is projected
to end the year with a balance of $2.15 million.
[CONTINUED ON NEXT PAGE]
1-17
Table 8: Capital Infrastructure Program (CIP) Fund FY 2025-26 Adopted Budget
Expenditures to Date and FY 2024-25 Draft Year-End
Overall, the City’s estimated expenditures for the Portuguese Bend Landslide from
October 2022 through June 2025 are approximately $48 million including continuing
appropriations and Purchase Order (PO) carryover from FY 2023-24 approved on
January 21, 2025.
As shown in Table 9 on the following page, year-to-date expenditures and encumbrances
have increased from $33.1 million, as reported on July 1, 2025, to $36.8 million. This
figure is preliminary and subject to change, pending the Finance Department’s completion
1-18
of the year-end closing process over the next few months, which will incorporate services
provided by June 30, 2025.
Table 9: PB Landslide Estimated Costs – Stabilization Measures/Emergency Response/Other –
October 2022-June 2025
*This figure is preliminary and subject to change, pending the Finance Department’s completion
of the year-end closing process over the next few months, which will incorporate all services
provided by June 30, 2025.
3. Revised Agreement with Geo-Logic Associates for Landslide Remediation
Project
On August 19, 2025, the City Council approved a professional services agreement (PSA)
with GLA for final engineering of the revised scope of the Portuguese Bend Landlide
Remediation project (CIP Project 8304).
Following approval and execution of the PSA, Staff discovered that federal provisions,
required for compliance with the BRIC grant awarded by the FEMA, had been
inadvertently omitted from the agreement . Therefore, Staff recommends that the City
Council ratify, nunc pro tunc (meaning the revised agreement is considered effective as
of its first execution rather than the date of ratification, making certain the agreement
accurately reflects what should have been included in the first instance ) the PSA with
GLA to replace the prior version correcting an inadvertent omission. None of the material
terms of the agreement are changed or amended by this action. (Attachment E)
Note that the approved FY 2025-26 CIP includes funding in the amount of $700,000;
however, the negotiated fee for the work is $530,000. Staff anticipate the City share of
this cost to be 30%, or $160,000, based on the Phase 1 Building Resilient Infrastructure
FY 22-23 FY 23-24 FY 24-25
Oct. 22-
June 25
DESCRIPTION ACTUAL ACTUAL
DRAFT
June 30*
Projected
TOTAL
Stabilization Measures in millions
DDW Program 1.4 16.4 17.8
Winterization 4.8 4.8
Emergency Response
Other (Supplies, Equipment, Prof Tech,
De-energization) 1.2 2.2 3.3
Fissure Filling 0.6 0.4 1.0
Road Repairs (CIP, Prop C, Gas Tax)1.0 2.8 2.7 6.5
Ab Cove Sewer Repairs 0.0 0.8 4.7 5.6
Personnel Costs 0.1 1.2 1.0 2.3
Legal Services 0.0 0.1 0.1 0.3
PBL Remediation 0.5 1.1 0.2 1.7
ACLAD/KCLAD Loans 3.6 3.6
Tax Assessments 0.2 0.2 0.7 1.1
TOTAL: October 2022 - June 2025 1.9 9.3 36.8 48.0
1-19
and Communities (BRIC) grant awarded by the Federal Emergency Management Agency
(FEMA).
4. Hydrology & Hydraulics Study
Staff recommend approving a PSA with Geosyntec Consultants, Inc. (Geosyntec) for a
comprehensive hydrology and hydraulics study of the Landslide Complex in the amount
of $1,100,200 with a contingency of 15% for a total of $1,265,230. The study is eligible
for reimbursement under the awarded BRIC grant, as described in earlier sections of this
report, whereby the City would be responsible for 30% of the cost, or $380,000. Staff note
that FEMA grants are not guaranteed until invoices are approved and audits completed.
The study will be used as an essential component of the Portuguese Bend Landslide
Remediation Project, making it eligible for reimbursement under the BRIC grant. The
surface runoff component of the study will be used to size the drainage swales and pipes.
The subsurface characterization component of the study will be used to optimize the
locations of DDWs.
The general scope of the study is the following, with further detail in Attachment F:
• Develop a Hydrology and Hydraulics (H&H) model for the entire Landslide
Complex watershed that incorporates storm patterns from the last ten years, with
future rainfall data collection to field validate the model.
• Prepare planning level concepts for alternatives to reduce stormwater infiltration
into the Landslide Complex including schematic layouts, cost opinions, real estate
needs, utility impacts, and permit requirements.
• Conduct a subsurface conditions study of the PBL to characterize primary
groundwater flow paths and geologic conduits.
The hydrology and hydraulics model (excluding future rainfall data collection for field
validation), planning level concepts, and geophysical study are scheduled to be
completed approximately six months following City Council approval of the PSA, with
rainfall data collection continuing for approximately three years beyond that time.
The City Council previously requested a study of the source of water contributing to land
movement, including water originating outside City limits and from upper watersheds.
Staff presented a PSA with Geosyntec for a hydrology and hydraulics study on May 6,
2025 for City Council consideration and informed the City Council that the scope for the
subsurface component of the study was still being developed . The City Council directed
staff to return with a combined PSA for both the surface runoff and subsurface
component, which is now before the City Council.
The solicitation process is detailed in the May 6, 2025 City Council staff report at the
following link:
https://rpv.granicus.com/MetaViewer.php?view_id=5&clip_id=4791&meta_id=127446
1-20
5. Agreement with McGee Survey Consulting
There is currently no contracting method approved by the City Council for GPS and other
landslide related services because this was not included in the previous set of on-call FY
2025-26 landslide as-needed contracts awarded by the City Council on July 1, 2025.
The as-needed contracts did not include GPS and other landslide surveying services
because the details of the scope and terms of the agreement were still being finalized.
Those details have now been finalized, and staff recommends that the City Council
approve a PSA with McGee Survey Consulting for FY 2025-26 GPS and other surveying
services in the amount of $320,000 (Attachment G). This will allow Staff to regularly
analyze landslide conditions, gauge the progress of stabilization measures, and provide
the City Council with timely data for decision-making.
The PSA may be cancelled, with due notice and payment for services ordered, or the
level of services and accordingly cost may be reduced with due notice; should the City
Council determine at a future time to reduce costs related to GPS and other surveying.
6. Revised Agreement with Ocean Blue Environmental Services
The City Council is being asked to approve a revised Public Works Agreement (PWA)
with Ocean Blue, removing bonding and retention requirements to save the City money,
as approved by the City Attorney, while keeping insurance and hold -harmless
requirements (Attachment H).
Staff determined that the cost of the City Council approved FY 2025-26 PWA with Ocean
Blue Environmental Services (Ocean Blue) for landslide emergency spill response can
be reduced by approximately $25,000 by revising the agreement to remove bonding and
retention requirements.
On July 1, 2025, the City Council awarded multiple on-call landslide contracts including a
PWA with Ocean Blue Environmental Services for emergency spill response and other
services related to the Abalone Cove Sanitary Sewer. The PWA included provisions for
performance and payment bonds and retention withholding; terms which are usually used
for long-term projects when there is a risk that a contractor may not complete the work ,
pay sub-contractors, or fully restore project areas. For small-scale contracts, such as this
spill response type contract, these risks are very low; and removing them as a contract
requirement saves the City costs that the contractor would incur in obtaining bonds and
credit for retention withholding.
7. Bicycle, Motorcycle, Unicycle and Other Similar Wheeled Vehicle Prohibition
The City Council is being asked to extend the existing resolution prohibiting one- or two-
wheeled vehicles on PVDS for an additional 60 days (Attachment A).
Since the City Council’s declaration of a local emergency, the City Geologist has been
regularly reviewing survey data and conducting field observations of PVDS in the
Landslide Complex. While the City’s Geologist reports the rate of land movement has
1-21
slowed, there remain areas of PVDS where land movement is two to three inches per
week. Overall, pavement conditions on PVDS remain very poor, with cracks, bumps,
fissures, and other irregularities. Deformations in the pavement can occur overnight.
Although four-wheeled vehicles (i.e. cars) can, with due care, navigate the road when it
is open, the impact on one- and two-wheeled vehicles remains pronounced. Despite the
added signs prohibiting bicyclists, motorcyclists, unicycles and other similar wheeled
devices from traversing the landslide, there remain those who ignore the prohibition at
their peril. Were the City Council to end the current prohibition, the Office of the City
Attorney remains of the considered legal opinion that permitting one- or two-wheeled
vehicle traffic across the landslide will pose a liability risk to the City and that the same is
not presently safe for these vehicles to travel on PVDS, even using due care, across the
landslide for the reasons noted above.
8. Extension of the Local Emergency Declaration
The City Council is being asked to adopt the attached resolution thereby extending the
Declaration of Local Emergency by 60 days (Attachment B).
On October 3, 2023, the City Council adopted Resolution No. 2023-47 declaring a local
emergency. The emergency declaration is deemed to continue to exist until its termination
is proclaimed by the City Council in accordance with law. Government Code § 8630
requires the City Council to review the need for continuing the local emergency at least
once every 60 days until the City Council determines the local emergency within the
geographic boundaries of the Landslide Complex has been abated or mitigated to
insignificance.
The City Council has extended the local emergency on multiple occasions within the 60 -
day window and it remains in effect until October 18, 2025, unless extended again this
evening. At this time, the City Council is being asked to extend the local emergency
declaration an additional 60 days through November 15, 2025, which does not require a
public hearing. If extended this evening, the Council would consider renewing the local
emergency declaration again during the next landslide update on November 4, 2025.
9. Extension of the Local Emergency Declaration for Utility Shutoffs
The City Council is being asked to adopt the attached resolution thereby extending the
Declaration of Local Emergency due to a severe and sudden energy shortage by 60 days
(Attachment C).
On August 6, 2024, the City Council adopted Resolution No. 2024 -52 declaring a local
state of emergency because of a sudden and severe energy shortage caused by shutting
off natural gas service to approximately 135 homes in the PBCA due to safety concerns.
On September 3, 2024, the City Council adopted Resolution No. 2024-57, declaring a
local state of emergency because of a sudden and severe energy shortage caused by
shutting off of natural gas service, planned de-energization events, and internet shut-offs
in the PBCA, Seaview, and PBBC neighborhoods. The emergency declaration is deemed
to continue to exist until its termination is proclaimed by the City Council in accordance
with law. Government Code § 8630 requires the City Council to review the need for
1-22
continuing the local emergency at least once every 60 days until the City Council
determines the local emergency because of a severe energy shortage has been abated
or mitigated to insignificance.
The City Council has extended the local emergency declaration for utility shutoffs on
multiple occasions within the 60-day window and it remains in effect until October 18,
2025, unless extended again this evening. At this time, the City Council is being asked to
extend the local emergency declaration an additional 60 days through November 15,
2025, which does not require a public hearing. If extended this evening, the Council would
consider renewing the local emergency declaration again during the next landslide update
on November 4, 2025.
ADDITIONAL INFORMATION:
Jet Propulsion Lab / Cal Tech Representatives Tour Landslide Complex
On Thursday, September 4, the City hosted a group of scientists and geologic engineers
from the Jet Propulsion Laboratory, California Institute of Technology. The group is part
of the Landslide Change Characterization Experiment (LACCE), which seeks to better
understand the impact of precipitation extremes on slope stability and landslides using
airborne radar measurements. Public Works Director Ramzi Awwad spoke to the group
about the City’s experience with the Greater Portuguese Bend-Ancient Altamira Landslide
Complex (Landslide Complex) and then participants toured several fissures and other
notable locations in the field.
City officials are in discussion with LACCE members regarding including the Landslide
Complex in the LACCE. Additionally, Staff will explore the possibility of partnering with
academic institutions on other landslide studies.
Continuing the Emergency Work and Emergency Contract
As a separate item on tonight’s agenda, the City Council is being provided with an update
on the Portuguese Bend Landslide Emergency construction contracting and being asked
to reconfirm the need to continue the emergency work. This is a recurring agenda matter
and requires a 4/5th vote.
Study to Create a Toll Road on PVDS
On January 21, 2025, the City Council directed staff to pursue alternative or additional
funding sources for landslide remediation and management efforts. Subsequently, the
City Council directed Staff to analyze the possibility of converting PVDS to a toll road,
including potential revenue and cost, feasibility, as well as potential unintended
consequences such as diverted traffic.
Presentation of a PSA for a toll road study for the City Council’s consideration is
tentatively scheduled for the October 7, 2025 meeting.
Wayfarers Chapel Slope at PVDS
Material from the Wayfarers’ Chapel slope adjacent to PVDS had been sloughing off into
PVDS, causing the closure of the shoulder and second travel lane. Due to concern by the
1-23
City Geologist of increased risk for more significant sloughing, which could impact the last
remaining travel lane, Staff requested that Wayfarers Chapel re-shape its slope.
That work, in coordination with the City Geologist, is now substantially complete. Staff is
scheduling a contractor to re-open the second lane in the coming weeks. Staff notes,
movement of the slope continues and it is possible that the second lane may have to be
closed again at some point in the future, depending on the future rates of movement.
Disaster Cost Recovery Applications Update (FEMA and CalOES)
As previously noted in the prior reports, in response to the declared federal disaster for
the winter storms that occurred between January 31 and February 9, 2024 , and the
Governor’s state of emergency for the indefinite de -energization of power, the City
tabulated the costs it incurred through September 12, 2024 for reimbursement
consideration by FEMA and CalOES, which total $61.4 million. Of this amount, $39.4
million is public assistance (City) and $22 million of individual assistance (residents).
According to FEMA and CalOES, natural disaster recovery funds will not be provided for
landslide remediation efforts because it is considered “pre-existing.” Out of the $39.4
million application for public assistance (City), Staff is projecting only approximately $1.5
million in potential disaster recovery funds from the Winter Storm and Energy Shutoff. If
deemed eligible, the reimbursement process could take anywhere from one to three years
before the City receives the funds.
In July 2025, FEMA informed staff that the reimbursement request for protective
measures and debris removal, totaling approximately $596,000, has been approved and
forwarded to CalOES to initiate the funding process. Staff continue to coordinate with both
FEMA and CalOES to facilitate the reimbursement. A continuous update on the
reimbursement will be provided once the funding has been officially awarded to the City.
For the remaining recovery applications for public assistance related to the winter storm,
the City received seven denial letters from FEMA, followed by an additional denial letter
on February 25, 2025 for a total of $37.9 million. For the $22 million individual assistance
(IA) application that the City submitted on behalf of the residents, the City has been
notified that these funds will not become available.
On March 17, 2025, pursuant to the Stafford Act and Code of Federal Regulations, the
City filed appeals of the first seven denial letters, and on April 25, 2025, the City filed a
remaining appeal letter. The appeal will be heard by FEMA’s District 9 Administrator,
Robert Fenton, and his decision is then appealable to FEMA’s Headquarters in Washinton
D.C. To date, the City has not received any response from the appeal letters filed aside
from a confirmation of receipt.
It should be noted that both ACLAD and KCLAD filed appeals as well for the denials they
received for disaster recovery assistance. Both ACLAD and KCLAD have received
notification from CalOES that they will not be recommending overturning the denial to Mr.
Fenton.
1-24
FEMA Voluntary Property Acquisition Buyout Program
On October 28, 2024, the City, FEMA and Cal OES announced a $42 million Voluntary
Property Acquisition Buyout Program (Buyout Program) for property owners in the
Landslide Complex whose homes have been damaged or threatened by land movement.
Established with funding from FEMA’s HMGP, which is a grant not disaster assistance,
the Buyout Program is intended to help eligible homeowners relocate to safer areas by
offering fair market value for their properties based on pre-disaster appraisals. Properties
acquired by the City through this Buyout Program will be permanently converted to open
space and deed-restricted, protecting the community from future redevelopment risks in
these vulnerable areas.
The City received 85 applications for the first round of program funding . After review for
eligibility and determining estimated costs for the prioritized properties based on the
program guidelines, the City has determined funding will be available for buyouts of 22
properties (13 red-tagged, and 9 yellow-tagged) in the first round of program funding. All
remaining eligible applications will be considered for any future rounds of program
funding.
Appraisals were completed at the beginning of May 2025. On May 12, 2025 Property
owners received a copy of the appraisal and were provided the opportunity to appeal it.
As well, the City collected additional required forms and information for the program from
the 23 program properties in order to complete the response to FEMA’s Request for
Information (RFI) that was due on June 27, 2025. On June 2, 2025 one of the property
owners withdrew from the program. After reviewing the appraisal information for the
remaining 22 program properties and updating the application budget as part of the RFI
response, the first round funding would only be able to fund the acquisition of the
remaining 22 program properties.
City staff is working as quickly as possible to move through this lengthy and complex
process, which involves multiple levels of close review by FEMA. Each property must be
carefully vetted for compliance with program rules and regulations. In the coming w eeks,
the City plans to onboard a consultant dedicated to managing the buyout program.
There is not a definitive timeline for when the first of the 22 properties may be purchased.
The City is still in the “pre-award” phase of the grant process with FEMA. Once the City
is formally awarded the grant, which could happen in at least several months from now,
the $42 million will come in installments, likely on a quarterly basis, which is standard
practice. The City will receive these payments as reimbursements only after the
transactions are completed in batches. For cash flow purposes, the program does not
provide advance payments. As such, staff anticipates that approximately $10 million will
be needed during the initial phase of awards to support the program while awaiting
reimbursements.
The Voluntary Property Buyout Program is funded by FEMA’s Hazard Mitigation Grant
Program (HMGP). This is different from FEMA’s Building Resilient Infrastructure and
Communities (BRIC) program, which was recently ended by the federal government and
may result in the City losing funding for a separate grant for the Portuguese Bend
Landslide (PBL) Remediation project. At this time, City staff has not been notified of any
1-25
changes to the status of the HMGP. The City has submitted a rolling application for
additional HMGP funding in order to potentially offer more rounds of the buyout program.
CONCLUSION:
Survey data since the August 19, 2025 City Council meeting is not available. The GPS
survey for the period ending September 3, 2025, is currently being processed and will be
provided in the next landslide staff report scheduled for November 4, 2025.
On August 19, 2025, at the City Council’s request, Staff presented a priority ranked order
list of landslide emergency response projects/activities to assist the City Council with
considering budget reductions to save money for operations and maintenance of
landslide measures in subsequent years. This report includes the ranked priority list with
revised budgets based on updated estimates and changes due to current conditions .
The current estimated cost of FY 2025-26 landslide activities is $1,863,000 less than the
original estimate prepared in the spring for the budget process because some FY 2024 -
25 winterization projects held up better than expected and some contractor quotes came
in lower than expected.
FEMA’s BRIC grant funding may be part of the City Council’s budget decisions,
considering that Staff have been verbally informed by the FEMA regional leadership that
the BRIC grant for design work will continue; which would result in a federal grant amount
of $1,255,000 that had been assumed to be funded by the City in the FY 2025-26 budget.
ACLAD is requesting that the City Council contribute 50% (in the amount of $100,000) of
the cost of repairing the Altamira Canyon culvert, which conveys runoff from above
Narcissa Drive to seaward of PVDS; and 50% (in the amount of $100,000) of the cost of
re-grading lower Altamira Canyon. These winterization activities benefit the City by
reducing water infiltration that facilitates movement of PVDS.
The City Council is being asked to approve an agreement with Geosyntec to prepare a
comprehensive Landslide Hydrology and Hydraulics study in the amount ot $1,260,230 ;
which will develop a watershed model for the entire landslide complex incorporating storm
patterns from the past ten years and prepare concepts to reduce stormwater infiltration,
while also characterizing subsurface groundwater paths for the PBL to help optimize
DDW locations.
Based on currently available data, Staff recommends extending the local state of
emergency and prohibition of one- and two-wheeled vehicles along Palos Verdes Drive
South through the Landslide Complex.
ALTERNATIVES:
In addition to Staff recommendation, the following alternative actions are available for the
City Council’s consideration:
1. Take no action, and receive and file this report.
1-26
2. Continue the discussion on the Ranked Priority List to a future meeting.
3. Do not ratify, nunc pro tunc, the professional services agreement with Geo -Logic
Associates, Inc. and forego grant reimbursement for design of the Portuguese
Bend Landslide Remediation Project.
4. Do not award a professional services agreement to Geosyntec Consultants, Inc.
for a Landslide Hydrology and Hydraulics Study; or direct Staff to modify the scope
of the study and return with a revised agreement for consideration.
5. Do not award a professional services agreement to Michael R. McGee, PLS, dba
McGee Survey Consulting for surveying services in connection with the
Portuguese Bend Landslide Emergency Stabilization project and forego survey
data collection for Fiscal Year 2025-26.
6. Do not award a revised public works agreement with Ocean Blue Environmental
Services, Inc and keep the bonding and retention provisions and accordingly do
not reduce the cost of services in for the reduced requirements.
7. Do not extend the temporary prohibition of one- or two-wheeled vehicles on PVDS
and allow one- and two-wheeled to begin using PVDS again.
8. Do not adopt one, or both, of the resolutions continuing the local emergency
declarations.
1-27
RESOLUTION NO. 2025-___
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF RANCHO PALOS VERDES, EXTENDING
FOR A TERM OF SIXTY (60) DAYS THE
TEMPORARILY PROHIBITION ON TRAVEL BY
UNICYCLES, BICYCLES, MOTORCYCLES, AND
OTHER ONE- OR TWO-WHEELED VEHICLES ON
PALOS VERDES DRIVE SOUTH WITHIN THE
LANDSLIDE COMPLEX DUE TO CONTINUED
ROADWAY CONDITIONS
WHEREAS, the Greater Portuguese Bend Landslide Complex (the
Landslide Complex) encompasses four historically active landslide areas in the
City: the Portuguese Bend Landslide (PBL), the Abalone Cove Landslide (ACL),
the Klondike Canyon Landslide (KCL), and the Beach Club Landslide (BCL). It also
includes the Flying Triangle Landslide (FTL) in the City of Rolling Hills as mapped
by various agencies (i.e., U.S. Geological Survey, California Geological Survey)
and other researchers; and
WHEREAS, following the 2022-23 rainy season, the Landslide Complex’s
movement has accelerated exponentially. Therefore, on October 3, 2023, the City
Council of the City of Rancho Palos Verdes adopted Resolution No. 2023-047
based on its authority pursuant to Section 8610 et seq. and Section 8630 et seq.
of the Government Code, and Chapter 2.23 of the Rancho Palos Verdes Municipal
Code, declaring a state of local emergency for the Landslide Complex based on
the accelerated movement of the land. The declaration of emergency has been
renewed as required by law and currently applies; and
WHEREAS, following the City Council’s declaration of a local emergency,
the City experienced another record-setting rainy season; and
WHEREAS, since the City Council’s declaration of a local emergency, the
City Geologist, Mike Phipps of Cotton, Shires, and Associates, Inc. (CSA), has
been regularly conducting field mapping throughout the Landslide Complex;
observing conditions at various locations, and reviewing survey and rainfall data;
and
WHEREAS, the City Geologist most recently reported to the City Council
on May 7, 2024, in summary, that the Landslide Complex continues moving at
unprecedented rates, predominantly in response to the two consecutive seasons
of significantly above average rainfall; and
WHEREAS, the City Geologist stated that land movement continued to
manifest at the ground surface in the form of landslide scarps, fissures,
grabens/sinkholes, tensional cracking, shear zones and thrust features; and that
due to the continued acceleration, the ground movement features have continued
to enlarge, expand, widen, or grow depending on the type of feature and location,
A-1
Resolution No. 2025-__
Page 2 of 4
which also affects Palos Verdes Drive South (PVDS) as it traverses the Landslide
Complex area; and
WHEREAS, the City Geologist summarized that road conditions on PVDS
continue to be adversely impacted due to differential rates of land movement
ranging from about 5 to 8 inches per week, at the time of the report to the City
Council on May 7, 2024; and
WHEREAS, traffic signs on PVDS in the landslide area include various
signs warning of the landslide conditions, with some specifically directed at
bicyclists and motorcyclists. Out of an abundance of caution, Staff (through a
consultant), conducted a review of signs on PVDS. As a result, additional signs
were installed, including signs installed on June 1, 2024 specifically directed at
bicyclists and motorcyclists; and
WHEREAS, despite the existing bicycle warning signs, Staff has been
anecdotally informed of bicycle crashes, and at least one claim has been filed
against the City (which was prior to the additional bicycle and motorcycle signs
installed on June 1) and at least two claims for injury to persons or property have
been filed with the City; and
WHEREAS, Section 8610 of the Government Code provides the local
disaster council with broad powers to “develop plans for meeting any condition
constituting a local emergency or state of emergency, including, but not limited to,
earthquakes, natural or manmade disasters specific to that jurisdiction, or state of
war emergency….”; and
WHEREAS, Chapter 2.24 designates the City Council, the director of
emergency services, the assistant director of emergency services, and the chiefs
of emergency services as the City’s Disaster Council; and
WHEREAS, the director of emergency services (the city manager), “[i]n the
event of the proclamation of a local emergency […], the director [of emergency
services] is empowered: a. To make and issue rules and regulations on matters
reasonably related to the protection of life and property as affected by such
emergency….”; and
WHEREAS, the City Council finds that despite consistent and recently
increased signage, riders of bicycles and motorcycles continue to use PVDS, and
that the land movement is creating frequent localized deviations in the road, which
can be navigated safely in cars and trucks, but that are more dangerous for two-
wheeled vehicles such as bicycles and motorcycles; and
WHEREAS, the City Council finds that the safety of bicycle, motorcycle and
other two-wheeled riders is a compelling interest; and
A-2
Resolution No. 2025-__
Page 3 of 4
WHEREAS, the City Council finds that in order to further the City’s
compelling interest in the safety of riders, it is appropriate to temporarily route
bicycles and motorcycles away from the portion of PVDS within the Landslide
Complex, until such time as the City may be able to slow the land movement
sufficiently to reduce the frequency and severity of road deviations to minimize the
risk of injury to persons or property; and
WHEREAS, on June 18, 2024, the City Council duly adopted Resolution
No. 2024-39 prohibiting, for a period of six (6) months, bicycles, motorcycles, and
other two-wheeled vehicles from traversing PVDS with the Landslide Complex;
and
WHEREAS, the City Council has, since that date and at various City Council
meetings, duly adopted resolutions prohibiting for specified periods set forth
therein, unicycles, bicycles, motorcycles, and other one- or two-wheeled vehicles
from traversing PVDS with the Landslide Complex; and
WHEREAS, staff and the Office of the City attorney are of the opinion that
conditions on PVDS have not stabilized to the point that this prohibition should be
allowed to terminate and is of the further opinion the existing prohibition should be
extended for an additional sixty (60) day period.
NOW, THEREFORE THE CITY COUNCIL OF THE CITY OF RANCHO
PALOS VERDES DOES HEREBY FIND, DETERMINE AND RESOLVE AS
FOLLOWS:
Section 1: The above recitals are true and correct and incorporated herein
by reference.
Section 2: For a period of sixty (60) calendar days from and after the date
of this resolution, the portion of PVDS within the Landslide Complex shall be closed
to unicycle, bicycle, motorcycle, and other one- or two-wheeled vehicle traffic.
Section 3: Updates on the rate of movement and repair of PVDS will be
provided at City Council meetings where the City Council is considering extending
the local state of emergency, including an assessment of the relative safety of
traveling on PVDS by unicycles, bicycles, motorcycles, and other one- or two-
wheeled vehicles through the Landslide Complex, with the purpose of lifting the
prohibition as soon as possible.
Section 4: This Resolution shall be effective immediately upon adoption by
the City Council upon a majority vote.
A-3
Resolution No. 2025-__
Page 4 of 4
PASSED, APPROVED, AND ADOPTED at a regular meeting of the City
Council of the City of Rancho Palos Verdes, California, on this 19th day of August,
2025.
David Bradley, Mayor
ATTEST:
Teresa Takaoka, City Clerk
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES )ss
CITY OF RANCHO PALOS VERDES )
I, Teresa Takaoka, City Clerk of the City of Rancho Palos Verdes, do hereby certify
that the foregoing Resolution No. 2025-__, was duly and regularly passed and
adopted by the said City Council at a regular meeting thereof held on September
16, 2025.
__________________________________
Teresa Takaoka, City Clerk
A-4
01203.0023/1027433.1
RESOLUTION NO. 2025-___
A RESOLUTION OF THE CITY COUNCIL OF THE
CITY OF RANCHO PALOS VERDES, CALIFORNIA,
CONTINUING THE LOCAL EMERGENCY
DECLARATION AS ESTABLISHED BY
RESOLUTION NO. 2023-47 ADOPTED ON
OCTOBER 3, 2023 FOR AN ADDITIONAL 60 DAY
PERIOD
WHEREAS, on October 3, 2023, the City Council of the City of Rancho Palos
Verdes adopted Resolution No. 2023-47, declaring a local state of emergency because
of the alarming increase of land movement in the Greater Portuguese Bend Landslide
Complex, as depicted in Resolution No. 2023-47 Exhibits “A” and “B”. Resolution No.
2023-47, and the exhibits thereto, is incorporated by reference;
WHEREAS, on October 3, 2023, the City Council by a 4/5 vote also adopted
Interim Urgency Ordinance No. 674U, establishing a moratorium on all construction in the
Landslide Complex;
WHEREAS, on November 14, 2023, the City Council by a 4/5 vote adopted
Resolution No. 2023-56, extending the state of emergency for an additional 60 days;
WHEREAS, on December 19, 2023, the City Council by a 4/5 vote adopted
Resolution No. 2023-61, extending the state of emergency for an additional 60 days;
WHEREAS, on February 6, 2024, the City Council by a 4/5 vote adopted
Resolution No. 2024-05, extending the state of emergency for an additional 60 days;
WHEREAS, on March 19, 2024, the City Council by a 5-0 vote adopted Resolution
No. 2024-13, extending the state of emergency for an additional 60 days;
WHEREAS, on May 7, 2024, the City Council by a 5-0 vote adopted Resolution
No. 2024-20, extending the state of emergency for an additional 60 days;
WHEREAS, on July 2, 2024, the City Council by a 5-0 vote adopted Resolution
No. 2024-44, extending the state of emergency for an additional 60 days;
WHEREAS, on August 6, 2024, the City Council by a 5-0 vote adopted Resolution
No. 2024-51, extending the state of emergency by an additional 60 days;
WHEREAS, on October 1, 2024, the City Council by a 5-0 vote adopted Resolution
No. 2024-50, extending the state of emergency by an additional 60 days;
WHEREAS, on November 19, 2024, the City Council by a 5-0 vote adopted
Resolution No. 2024-70, extending the state of emergency by an additional 60 days; and
WHEREAS, on December 17, 2024, the City Council by a 5-0 vote adopted
Resolution No. 2024-77, extending the state of emergency by an additional 60 days; and
B-1
Resolution No. 2025-__
Page 2 of 4
WHEREAS, on February 4, 2025, the City Council by a 5-0 vote adopted
Resolution No. 2025-06, extending the state of emergency by an additional 60 days; and
WHEREAS, on March 18, 2025, the City Council by a 5-0 vote adopted Resolution
No. 2025-18, extending the state of emergency by an additional 60 days; and
WHEREAS, on May 6, 2025, the City Council by a 5-0 vote adopted Resolution
No. 2025-27, extending the state of emergency by an additional 60 days; and
WHEREAS, on July 1, 2025, the City Council by a 5-0 vote adopted Resolution
No. 2025-45, extending the state of emergency by an additional 60 days; and
WHEREAS, on August 19, 2025, the City Council by a 5-0 vote adopted Resolution
No. 2025-61, extending the state of emergency by an additional 60 days; and
WHEREAS, the state of emergency is deemed to continue to exist until its
termination is proclaimed by the City Council in accordance with law. Government Code
§ 8630 requires the City Council to review of the need for continuing the local emergency
at least once every 60 days until the City Council determines the local emergency within
the geographic boundaries of the Landslide Complex has been abated or mitigated to
insignificance; and,
WHEREAS, after consideration of all facts reasonably available the City Council
now desires to extend the declaration of a state of local emergency within the Landslide
Complex.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO PALOS
VERDES, CALIFORNIA, HEREBY FINDS, DETERMINES, AND RESOLVES AS
FOLLOWS:
Section 1. Recitals. The City Council hereby determines that the above recitals
are true and correct and incorporates the same as the findings of the City Council.
Section 2. Proclamation of Emergency. The City Council finds, pursuant to
RPVMC Chapter 2.24 and Government Code §§ 8630 and 8680.9, there exists an actual
condition of peril to the safety of persons and property exiting within the Greater
Portuguese Bend Landslide, comprised of the Portuguese Bend Landslide, the Abalone
Cove Landslide, and the Klondike Canyon Landslide), as depicted in Exhibits “A” and “B”
of Resolution No. 2023-47, and based on the staff report and recommendations and
public testimony, and hereby proclaims that a state of local emergency continues to exist
throughout the same.
Section 3. Authority Granted. It is further proclaimed and ordered that during
the existence of said local emergency, the powers, authority, functions and duties of the
Disaster Council, Director, and the City’s emergency services organizations shall be
those prescribed by State Law, City ordinances, Resolution No. 2023-47 and any other
applicable resolutions, and approved plans of the City in order to mitigate the effects of
the local emergency.
B-2
Resolution No. 2025-__
Page 3 of 4
Section 4. Immunity Invoked. To the maximum extent permitted by law, and
pursuant to Government Code § 866, the City Council hereby invokes the immunity
afforded to the City of Rancho Palos Verds in adopting and implementing the declaration
of local emergency within the Landslide Complex
Section 5. Duration. The local emergency shall be deemed to continue to exist
until its termination is proclaimed by the City Council in accordance with law.
Section 6. Continuing Declaration. Government Code § 8630 requires the
City Council to review of the need for continuing the local emergency at least once every
60 days until the City Council determines the local emergency within Landslide Complex
has been abated or mitigated to insignificance.
Section 7. Severability. If any subsection, sentence, clause, phrase, or word of
this Resolution or any application of it to any person, structure, gathering, or circumstance
is held to be invalid or unconstitutional by a decision of a court of competent jurisdiction,
then such decision will not affect the validity of the remaining portions or applications of
this Resolution.
Section 8. Effectiveness. This Resolution shall take effect immediately. A copy
of the Proclamation and this Resolution shall be forwarded to the California Emergency
Management Agency. The City Clerk shall certify to the passage and adoption of this
resolution.
PASSED, APPROVED AND ADOPTED on this 16th day of August, 2025.
________________________________
David Bradley, Mayor
ATTEST:
________________________________
Teresa Takaoka, City Clerk
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES ) ss
CITY OF RANCHO PALOS VERDES )
I, Teresa Takaoka, City Clerk of the City of Rancho Palos Verdes, hereby certify that
the above Resolution No. 2025- ___ was duly and regularly passed and adopted by the
said City Council at a regular meeting thereof held on September 16, 2025.
___________________________
B-3
Resolution No. 2025-__
Page 4 of 4
Teresa Takaoka, City Clerk
B-4
01203.0023/1027441.1
RESOLUTION NO. 2025-___
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
RANCHO PALOS VERDES, CALIFORNIA, EXTENDING
THE STATE OF LOCAL EMERGENCY WITHIN THE
GEOGRAPHIC BOUNDARIES OF THE PORTUGUESE
BEND COMMUNITY ASSOCIATION, PORTUGUESE BEND
BEACH CLUB, AND SEAVIEW NEIGHBORHOODS,
BASED ON SUDDEN ENERGY SHORTAGES, PLANNED
DEENERGIZING EVENTS, AND INTERNET SERVICE
SHUT OFFS AS ESTABLISHED BY RESOLUTION NOS.
2024-52 AND 2024-57 FOR AN ADDITIONAL 60 DAYS
WHEREAS, the City of Rancho Palos Verdes is home to four out of five sub-slides
that comprise the Greater Portuguese Landslide Complex (Landslide Complex): the
Portuguese Bend Landslide, Abalone Cove Landslide, Klondike Canyon Landslide, and
Beach Club Landslide. The Portuguese Bend Landslide encompasses the Portuguese
Bend Community Association (PBCA), the Seaview Neighborhood (Seaview), and the
Portuguese Bend Beach Club (PBBC). The Landslide Complex has been active since the
1950s;
WHEREAS, the 2022-2023 rainy season brought exceptional amounts of rain to
the region, dumping 20.9” of rain or 190% of the average annual rainfall in the region;
WHEREAS, by April 26, 2024, total rainfall for the 2023-24 season (beginning Oct
1, 2023) was 23.01" or 169% of the historical 67-year average of 13.63" for this rain
gauge. (All data based on LACDPW Rainfall Gauge No. 1011B at Rolling Hills FS.);
WHEREAS, beginning in 2018, but particularly since May 2023, the land
movement in the Landslide Complex has increased significantly due to increased rainfall
in the last two rainy seasons, which caused the water table to rise dramatically and
destabilize the landslides. The City has established, via repeated geologic studies, that a
significant factor in the speed of land movement in the Landslide Complex is the amount
of water in the soil;
WHEREAS, on October 3, 2023, the City Council of the City of Rancho Palos
Verdes adopted Resolution No. 2023-47, declaring a local state of emergency due to the
alarming increase of land movement in the Landslide Complex. The state of emergency
based on the land movement has been extended as required by law and is still active;
WHEREAS, on August 6, 2024, the City Council by unanimous vote adopted
Resolution No. 2024-52, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service to approximately
135 homes in the PBCA due to safety concerns;
WHEREAS, on September 3, 2024, the City Council by unanimous vote adopted
Resolution No. 2024-57, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned de-
energization events, and internet shut-offs in the PBCA, Seaview, and PBBC;
C-1
Resolution No. 2025-__
Page 2 of 4
WHEREAS, on October 1, 2024, the City Council by unanimous vote adopted
Resolution No. 2024-61, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC;
WHEREAS, on November 19, 2024, the City Council by unanimous vote adopted
Resolution No. 2024-71, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC;
WHEREAS, on December 17, 2024, the City Council by unanimous vote adopted
Resolution No. 2024-78, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC;
WHEREAS, on February 4, 2025, the City Council by unanimous vote adopted
Resolution No. 2025-07, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC; and
WHEREAS, on March 18, 2025, the City Council by unanimous vote adopted
Resolution No. 2025-16, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC; and
WHEREAS, on May 6, 2025, the City Council by unanimous vote adopted
Resolution No. 2025-28, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC; and
WHEREAS, on July 1, 2025, the City Council by unanimous vote adopted
Resolution No. 2025-45, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC;
andWHEREAS, after consideration of all facts reasonably available the City Council now
desires to extend the declaration of a state of local emergency within the Landslide
Complex; and
WHEREAS, on August 19, 2025, the City Council by unanimous vote adopted
Resolution No. 2025-45, declaring a local state of emergency because of a sudden and
severe energy shortage caused by shutting off of natural gas service, planned
deenergization events, and internet shut-offs in the PBCA, Seaview, and PBBC;
andWHEREAS, after consideration of all facts reasonably available the City Council now
desires to extend the declaration of a state of local emergency within the Landslide
Complex.
C-2
Resolution No. 2025-__
Page 3 of 4
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RANCHO PALOS
VERDES, CALIFORNIA, HEREBY FINDS, DETERMINES, AND RESOLVES AS
FOLLOWS:
Section 1. Recitals. The City Council hereby determines that the above recitals
are true and correct and incorporates the same as the findings of the City Council.
Section 2. Extension of Local State of Emergency. The City Council finds,
pursuant to RPVMC Chapter 2.24 and Government Code §§ 8630, 8680.9, and 8558
there exists an actual condition of peril to the safety of persons and property existing
within the PBCA, Seaview, and PBBC, as established by Resolutions No. 2024-52 and
2024-57, and based on the staff report and recommendations and public testimony, and
hereby proclaims that a state of local emergency continues to exist throughout the same.
Section 3. Authority Granted. It is further proclaimed and ordered that during
the existence of said local emergency, the powers, authority, functions and duties of the
Disaster Council, Director, and the City’s emergency services organizations shall be
those prescribed by State Law, City ordinances, Resolution Nos. 2023-52 and 2024-57,
and any other applicable resolutions, and approved plans of the City in order to mitigate
the effects of the local emergency.
Section 4. Immunity Invoked. To the maximum extent permitted by law, and
pursuant to Government Code § 866, the City Council hereby invokes the immunity
afforded to the City of Rancho Palos Verds in adopting and implementing the declaration
of local emergency within the Landslide Complex.
Section 5. Duration. The local emergency shall be deemed to continue to exist
until its termination is proclaimed by the City Council in accordance with law. Government
Code § 8630 requires the City Council to review of the need for continuing the local
emergency at least once every 60 days until the City Council determines the local
emergency within the geographic boundaries of the Landslide Complex has been abated
or mitigated to insignificance.
Section 6. Continuing Declaration. Government Code § 8630 requires the
City Council to review of the need for continuing the local emergency at least once every
60 days until the City Council determines the local emergency within the PBCA has been
abated or mitigated to insignificance.
Section 7. Severability. If any subsection, sentence, clause, phrase, or word of
this Resolution or any application of it to any person, structure, gathering, or circumstance
is held to be invalid or unconstitutional by a decision of a court of competent jurisdiction,
then such decision will not affect the validity of the remaining portions or applications of
this Resolution.
Section 8. CEQA. The City Council finds that this Resolution is proposed to allow
the City to continue to address and mitigate an imminent threat to public health and safety
and therefore is exempt from CEQA pursuant to Public Resources Code, Section
21080(b)(4) and CEQA Guidelines, Section 15269.
C-3
Resolution No. 2025-__
Page 4 of 4
Section 9. Effectiveness. This Resolution shall take effect immediately. A copy
of the Proclamation and this Resolution shall be forwarded to the California Office of
Emergency Management. The City Clerk shall certify to the passage and adoption of this
resolution.
PASSED, APPROVED AND ADOPTED on this 16th day of September, 2025.
________________________________
David Bradley, Mayor
ATTEST:
________________________________
Teresa Takaoka, City Clerk
STATE OF CALIFORNIA )
COUNTY OF LOS ANGELES ) ss
CITY OF RANCHO PALOS VERDES )
I, Teresa Takaoka, City Clerk of the City of Rancho Palos Verdes, hereby certify that
the above Resolution No. 2025-___ was duly and regularly passed and adopted by the
said City Council at a regular meeting thereof held on September 16, 2025.
___________________________
Teresa Takaoka, City Clerk
C-4
PROFESSIONAL SERVICES AGREEMENT
By and Between
CITY OF RANCHO PALOS VERDES
and
GEOLOGIC ASSOCIATES, INC.
E-1
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE CITY OF RANCHO PALOS VERDES AND
GEOLOGIC ASSOCIATES, INC.
THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and
entered into on September 16, 2025 by and between the CITY OF RANCHO PALOS
VERDES, a California municipal corporation (“City”) and GEOLOGIC 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.
E-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.
E-3
(d) Payroll Records. Consultant shall comply with and be bound by the
provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to:
keep accurate payroll records and verify such records in writing under penalty of perjury, as
specified in Section 1776; certify and make such payroll records available for inspection as
provided by Section 1776; and inform the City of the location of the records.
(e) Apprentices. Consultant shall comply with and be bound by the provisions
of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8,
Section 200 et seq. concerning the employment of apprentices on public works projects.
Consultant shall be responsible for compliance with these aforementioned Sections for all
apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall
provide City with a copy of the information submitted to any applicable apprenticeship program.
Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of
its subconsultants shall submit to the City a verified statement of the journeyman and apprentice
hours performed under this Agreement.
(f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor
constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code
Section 1810.
(g) Penalties for Excess Hours. Consultant shall comply with and be bound by
the provisions of Labor Code Section 1813 concerning penalties for workers who work excess
hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each
worker employed in the performance of this Agreement by the Consultant or by any
subcontractor for each calendar day during which such worker is required or permitted to work
more than 8 (eight) hours in any one calendar day and 40 (forty) hours in any one calendar week
in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code.
Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of 8
(eight) hours per day, and 40 (forty) hours during any one week shall be permitted upon public
work upon compensation for all hours worked in excess of 8 hours per day at not less than one
and 1½ (one and one half) times the basic rate of pay.
(h) Workers’ Compensation. California Labor Code Sections 1860 and 3700
provide that every employer will be required to secure the payment of compensation to its
employees if it has employees. In accordance with the provisions of California Labor Code
Section 1861, Consultant certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract.”
Consultant’s Authorized Initials ________
(i) Consultant’s Responsibility for Subcontractors. For every subcontractor
who will perform work under this Agreement, Consultant shall be responsible for such
E-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
E-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
actual expenses, shall not exceed $460,685 (Four Hundred Sixty Thousand Six Hundred
E-6
Eighty Five 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
E-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 herof, except as otherwise provided in the Schedule of Performance (Exhibit “D”).
E-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:
Gary L. Lass Chief Executive Officer
(Name) (Title)
William McCormick Principal Engineering Geologist
(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.
E-9
4.3 Contract Officer.
The Contract Officer shall be Ramzi Awwad, 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.
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
E-10
expense during the term of this Agreement, policies of insurance of the type and amounts
described below and in a form satisfactory to City.
(a) General liability insurance. Consultant shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01,
in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily
injury, personal injury, and property damage. The policy must include contractual liability that
has not been amended. Any endorsement restricting standard ISO “insured contract” language
will not be accepted.
(b) Automobile liability insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury
and property damage for all activities of the Consultant arising out of or in connection with
Services to be performed under this Agreement, including coverage for any owned, hired, non-
owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each
accident.
(c) Professional liability (errors & omissions) insurance. Consultant shall
maintain professional liability insurance that covers the Services to be performed in connection
with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any
policy inception date, continuity date, or retroactive date must be before the effective date of this
Agreement and Consultant agrees to maintain continuous coverage through a period no less than
three (3) years after completion of the services required by this Agreement.
(d) Workers’ compensation insurance. Consultant shall maintain Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at
least $1,000,000).
(e) Subcontractors. Consultant shall include all subcontractors as insureds
under its policies or shall furnish separate certificates and certified endorsements for each
subcontractor. All coverages for subcontractors shall include all of the requirements stated
herein.
(f) Additional Insurance. Policies of such other insurance, as may be required
in the Special Requirements in Exhibit “B”.
5.2 General Insurance Requirements.
(a) Proof of insurance. Consultant shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a waiver of subrogation
endorsement for workers’ compensation. Insurance certificates and endorsements must be
approved by City’s Risk Manager prior to commencement of performance. Current certification
of insurance shall be kept on file with City at all times during the term of this Agreement. City
reserves the right to require complete, certified copies of all required insurance policies, at any
time.
E-11
(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
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
E-12
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.
(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.
E-13
(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
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
E-14
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
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
E-15
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.
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
E-16
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
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.
E-17
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
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.
E-18
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.
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,
E-19
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.
9.4 Integration; Amendment.
This Agreement including the attachments hereto is the entire, complete and exclusive
expression of the understanding of the parties. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels
any and all previous negotiations, arrangements, agreements and understandings, if any, between
the parties, and none shall be used to interpret this Agreement. No amendment to or modification
of this Agreement shall be valid unless made in writing and approved by the Consultant and by
E-20
the City Council. The parties agree that this requirement for written modifications cannot be
waived and that any attempted waiver shall be void.
9.5 Severability.
In the event that any one or more of the phrases, sentences, clauses, paragraphs, or
sections contained in this Agreement shall be declared invalid or unenforceable by a valid
judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall
not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out the intent
of the parties hereunder unless the invalid provision is so material that its invalidity deprives
either party of the basic benefit of their bargain or renders this Agreement meaningless.
9.6 Warranty & Representation of Non-Collusion.
No official, officer, or employee of City has any financial interest, direct or indirect, in
this Agreement, nor shall any official, officer, or employee of City participate in any decision
relating to this Agreement which may affect his/her financial interest or the financial interest of
any corporation, partnership, or association in which (s)he is directly or indirectly interested, or
in violation of any corporation, partnership, or association in which (s)he is directly or indirectly
interested, or in violation of any State or municipal statute or regulation. The determination of
“financial interest” shall be consistent with State law and shall not include interests found to be
“remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Consultant
warrants and represents that it has not paid or given, and will not pay or give, to any third party
including, but not limited to, any City official, officer, or employee, any money, consideration,
or other thing of value as a result or consequence of obtaining or being awarded any agreement.
Consultant further warrants and represents that (s)he/it has not engaged in any act(s),
omission(s), or other conduct or collusion that would result in the payment of any money,
consideration, or other thing of value to any third party including, but not limited to, any City
official, officer, or employee, as a result of consequence of obtaining or being awarded any
agreement. Consultant is aware of and understands that any such act(s), omission(s) or other
conduct resulting in such payment of money, consideration, or other thing of value will render
this Agreement void and of no force or effect.
Consultant’s Authorized Initials _______
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]
E-21
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the date and year first-above written.
CITY:
CITY OF RANCHO PALOS VERDES, a
municipal corporation
David L. Bradley, Mayor
ATTEST:
Teresa Takaoka, City Clerk
APPROVED AS TO FORM:
ALESHIRE & WYNDER, LLP
William Wynder, City Attorney
CONSULTANT:
GEOLOGIC ASSOCIATES, INC., a California
Corporation
By:
Name: Gary Lass
Title: Chief Executive Officer / Chairman of the
Board
By:
Name: Michael Reason
Title: Secretary
Address: 2777 E. Guasti Road, Suite 1,
Ontario, CA 91761
Two corporate officer signatures required when Consultant is a corporation, with one signature required
from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2)
Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer.
E-22
E-23
EXHIBIT “A”
SCOPE OF SERVICES
Consultant shall perform the scope of services in accordance with exhibit “E”.
E-24
EXHIBIT “B”
SPECIAL REQUIREMENTS
(Superseding Contract Boilerplate)
Added text indicated in bold italics, deleted text indicated in strikethrough.
I. Section 1.1, Scope of Services, is amended to read:
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 expert-level firms performing
similar work under similar circumstances.
II. 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.
III. 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, 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.
IV. 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.
E-25
(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.
V. Section 2.3, Reimbursable Expenses, is amended to read:
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 beyond the total contract value for attending
said meetings, unless approved through a change order.
VI. Section 2.4, Invoices, is amended to read:
Each month Consultant shall furnish to City an original invoice, using the City template,
or in a format acceptable to the City, for all work performed and expenses incurred during the
preceding month in a form approved by City’s Director of Finance. By submitting an invoice for
payment under this Agreement, Consultant is certifying compliance with all provisions of the
Agreement. The invoice shall detail charges for all necessary and actual expenses by the
following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-
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, but in no
case longer than 90 days from invoice submittal. In the event any charges or expenses are
disputed by City, the original invoice shall be returned by City to Consultant for correction and
resubmission. Review and payment by City for any invoice provided by the Consultant shall not
constitute a waiver of any rights or remedies provided herein or any applicable law.
VII. Section 6.3, Ownership of Documents, is amended to read:
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
Agreement shall be the property of City (upon payment of any outstanding balances to the
Consultant) and shall be delivered to City upon request of the Contract Officer or upon the
E-26
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.
VIII. Section 1.3 Compliance with Law is amended to read:
Consultant shall keep itself informed concerning, and shall render all services hereunder in
accordance with, all current ordinances, resolutions, statutes, rules, and regulations of the City
and any Federal, State or local governmental entity having jurisdiction in effect and if there are
changes effective at the time service is rendered, provide those services in accordance with those
changes when advised of those changes by the City. Specific requirements include, but are not
limited to:
Build America, Buy America Act (BABAA) Compliance Clause
1. Applicability
This project is funded in whole or in part with federal funds, including from the Federal
Emergency Management Agency (FEMA). As such, the Contractor shall comply with the Build
America, Buy America provisions of the Infrastructure Investment and Jobs Act (Pub. L. No.
117-58, § 70901–70927), and any implementing guidance issued by the U.S. Office of
Management and Budget (OMB), the U.S. Department of Homeland Security (DHS), and
FEMA.
2. Domestic Preference for Infrastructure Projects
In accordance with BABAA, the Contractor agrees that all iron, steel, manufactured products,
and construction materials used in the project shall be produced in the United States unless a
valid waiver has been issued by FEMA.
a. Iron and Steel
All iron and steel products used in the project must be produced in the United States. This means
all manufacturing processes, from the initial melting stage through the application of coatings,
must occur domestically.
b. Manufactured Products
The cost of the components of manufactured products that are mined, produced, or manufactured
in the United States must exceed 55% of the total cost of all components of the product. Final
assembly must also occur in the United States.
E-27
c. Construction Materials
Construction materials (e.g., lumber, drywall, glass, plastic, composite building materials) must
be manufactured in the United States. All manufacturing processes, including the final
manufacturing process, must take place in the U.S.
3. Waivers
If the Contractor believes that a specific item or material is not available domestically in
sufficient quantity or of satisfactory quality, the Contractor shall promptly notify the
Owner/Grantee in writing. No foreign-made iron, steel, manufactured product, or construction
material may be used unless FEMA has issued a specific waiver for that item. It is the
Contractor’s responsibility to support any waiver request with sufficient justification and
documentation.
4. Flow-Down Requirements
The Contractor shall include this BABAA Compliance Clause in all subcontracts and purchase
orders for work or products under this contract, ensuring compliance throughout all tiers of
subrecipients, suppliers, and subcontractors.
5. Records and Audits
The Contractor shall maintain records sufficient to demonstrate compliance with BABAA,
including but not limited to: origin of materials, percentage of U.S.-manufactured components,
and relevant certifications. These records shall be available to the Owner/Grantee, FEMA, and
any other authorized agency upon request.
6. Noncompliance
Failure to comply with the Build America, Buy America Act requirements may result in the
withholding of payment, termination of contract, debarment from future federal work, or other
legal remedies as provided by law.
Financial Reporting and Performance Requirements Clause
(Incorporating 2 C.F.R. § 200.327)
1. Financial Reporting Obligations
The Contractor/Subrecipient shall provide financial information related to this federally funded
project as required by the Recipient and in compliance with the reporting requirements of 2
C.F.R. § 200.327.
Specifically, the Contractor/Subrecipient shall:
a. Submit financial data using standard OMB-approved information collections, including the
Federal Financial Report (SF-425) or any successor form required by the federal awarding
agency;
b. Provide information that is accurate, complete, and supported by adequate
documentation;
E-28
c. Submit reports at the frequency and due dates prescribed by the Recipient (e.g., monthly,
quarterly, or as otherwise directed);
d. Provide project status updates, including progress toward performance goals and milestone
completion, as requested.
2. Performance Reporting
If required, the Contractor/Subrecipient shall also submit performance reports that include:
• A comparison of actual accomplishments to the objectives established for the period;
• The reasons why established goals were not met, if applicable;
• Additional pertinent information including analysis and explanation of cost overruns or
high unit costs;
• Any other performance indicators or metrics defined in the project scope of work or
required by the federal awarding agency.
3. Record Retention and Access
The Contractor/Subrecipient shall maintain complete and accurate financial and programmatic
records for a minimum of three years from the date of submission of the final expenditure report
(or longer if required by 2 C.F.R. § 200.334). These records shall be available for review by the
Recipient, FEMA, DHS, the Comptroller General of the United States, or any of their duly
authorized representatives.
4. Remedies for Noncompliance
Failure to comply with the financial or performance reporting requirements may result in actions
including but not limited to:
• Withholding of payments;
• Disallowance of costs;
• Termination of this contract;
• Suspension or debarment from future federal awards;
• Other remedies as provided under 2 C.F.R. § 200.339 and applicable federal law.
Federal Contract Provisions (Appendix II to 2 C.F.R. Part 200)
The following provisions apply to this contract in accordance with Appendix II to 2 C.F.R.
Part 200 and are required when federal funds are used:
1. Equal Employment Opportunity (Applicable to contracts > $10,000)
E-29
The Contractor shall comply with Executive Order 11246, “Equal Employment Opportunity,”
as amended by Executive Order 11375, and as supplemented by regulations at 41 C.F.R. part 60.
The Contractor agrees not to discriminate against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin.
2. Davis-Bacon Act (Applicable to prime construction contracts > $2,000 funded by HUD
only)
If applicable, the Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 3141–3148),
including the payment of prevailing wages and submission of certified payroll records.
3. Copeland “Anti-Kickback” Act (Applicable to construction or repair contracts > $2,000)
Contractor shall comply with 18 U.S.C. § 874 and 40 U.S.C. § 3145 and the Copeland “Anti-
Kickback” Act (29 C.F.R. Part 3). No part of the compensation of laborers may be returned to
the employer in the form of kickbacks.
4. Contract Work Hours and Safety Standards Act (Applicable to contracts > $100,000)
Contractor shall comply with 40 U.S.C. 3702 and 3704, as supplemented by 29 C.F.R. Part 5. No
laborer or mechanic shall work more than 40 hours in a workweek unless compensated for
overtime at not less than one and one-half times the basic rate of pay.
5. Rights to Inventions Made Under a Contract or Agreement (Applicable to contracts with
research institutions)
If this contract involves the performance of experimental, developmental, or research work, the
Contractor agrees to comply with the requirements of 37 C.F.R. part 401 and any implementing
regulations issued by the federal awarding agency.
6. Clean Air Act and Federal Water Pollution Control Act (Applicable to contracts >
$150,000)
Contractor shall comply with:
• The Clean Air Act (42 U.S.C. §§ 7401–7671q);
• The Federal Water Pollution Control Act (33 U.S.C. §§ 1251–1387); and
• All applicable standards, orders, or regulations issued under those Acts.
Contractor shall report violations to FEMA and the Regional Office of the Environmental
Protection Agency (EPA).
7. Debarment and Suspension (Applicable to all contracts)
E-30
Contractor certifies that neither it nor its principals are debarred, suspended, or proposed for
debarment by any federal agency. This contract is a covered transaction for purposes of 2 C.F.R.
Part 180 and 2 C.F.R. Part 3000 (FEMA suspension and debarment rules).
8. Byrd Anti-Lobbying Amendment (Applicable to contracts > $100,000)
Contractor certifies that it will not and has not used federally appropriated funds to pay any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, or any employee of a Member of Congress in connection with this federal
contract.
Contractor shall complete and submit OMB Standard Form-LLL (“Disclosure of Lobbying
Activities”), if applicable.
9. Procurement of Recovered Materials (Applicable to all contracts for items designated
under EPA guidelines)
Contractor must comply with section 6002 of the Solid Waste Disposal Act, as amended by the
Resource Conservation and Recovery Act, and procure only EPA-designated items containing
the highest percentage of recovered materials practicable.
10. Access to Records
Contractor agrees to provide access to the Recipient, FEMA, the Comptroller General of the
United States, or any of their authorized representatives to any books, documents, papers, and
records of the Contractor that are directly pertinent to this contract for auditing, examination, or
inspection purposes.
11. DHS/FEMA-Specific Requirements
a. DHS Seal, Logo, and Flags: The Contractor shall not use the Department of Homeland
Security or FEMA seal, logo, or flags without prior written consent.
b. Compliance with Federal Law, Regulations, and Executive Orders: Contractor
acknowledges that federal funding requires full compliance with all applicable laws, regulations,
executive orders, FEMA policies, and award terms and conditions.
c. No Obligation by Federal Government: The federal government is not a party to this
contract and is not subject to any obligations or liabilities to the non-federal entity, contractor, or
any party to the contract.
d. Program Fraud and False or Fraudulent Statements or Related Acts: Contractor acknowledges
that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and Statements) applies
.
E-31
EXHIBIT “C”
SCHEDULE OF COMPENSATION
II. Consultant shall perform the following tasks at the rates provided in their fee
schedule as part of Exhibit “E”.
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.
V. The Consultant’s billing rates for all personnel are attached as Exhibit C-1. NOT
APPLICABLE.
E-32
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 work for the project is developed
and related work is authorized by the City
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.
E-33
EXHIBIT “E”
CONSULTANT’S PROPOSAL
[CONTINUED ON NEXT PAGE]
E-34
01203.0001/835260.1 1
PROFESSIONAL SERVICES AGREEMENT
By and Between
CITY OF RANCHO PALOS VERDES
and
GEOSYNTEC CONSULTANTS INC
01203.0001/835260.1 1
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE CITY OF RANCHO PALOS VERDES AND
GEOSYNTEC CONSULTANTS INC
01203.0001/835260.1
THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and
entered into on September 16, 2025, by and between the CITY OF RANCHO PALOS VERDES,
a California municipal corporation (“City”) and GEOSYNTEC CONSULTANTS INC., a Florida
corporation (“Consultant”). City and Consultant may be referred to, individually or collectively,
as “Party” or “Parties.”
RECITALS
A. City has sought, by issuance of a Request for Proposals, the performance of the
services defined and described particularly in Article 1 of this Agreement.
B. Consultant, following submission of a proposal for the performance of the services
defined and described particularly in Article 1 of this Agreement, was selected by the City to
perform those services.
C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to
enter into and execute this Agreement.
D. The Parties desire to formalize the selection of Consultant for performance of those
services defined and described particularly in Article 1 of this Agreement and desire that the terms
of that performance be as particularly defined and described herein.
OPERATIVE PROVISIONS
NOW, THEREFORE, in consideration of the mutual promises and covenants made by the
Parties and contained herein and other consideration, the value and adequacy of which are hereby
acknowledged, the parties agree as follows:
ARTICLE 1. SERVICES OF CONSULTANT
1.1 Scope of Services.
In compliance with all terms and conditions of this Agreement, the Consultant shall provide
those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as
Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the
“services” or “work” hereunder. As a material inducement to the City entering into this Agreement,
Consultant represents and warrants that it has the qualifications, experience, and facilities
necessary to properly perform the services required under this Agreement in a thorough,
competent, and professional manner, and is experienced in performing the work and services
contemplated herein. Consultant shall at all times faithfully, competently and to the best of its
ability, experience and talent, perform all services described herein. Consultant covenants that it
shall follow the highest professional standards in performing the work and services required
hereunder and that all materials will be both of good quality as well as fit for the purpose 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.
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.
01203.0001/835260.1 3
(d) Payroll Records. Consultant shall comply with and be bound by the
provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to: keep
accurate payroll records and verify such records in writing under penalty of perjury, as specified
in Section 1776; certify and make such payroll records available for inspection as provided by
Section 1776; and inform the City of the location of the records.
(e) Apprentices. Consultant shall comply with and be bound by the provisions
of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8,
Section 200 et seq. concerning the employment of apprentices on public works projects. Consultant
shall be responsible for compliance with these aforementioned Sections for all apprenticeable
occupations. Prior to commencing work under this Agreement, Consultant shall provide City with
a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty)
days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants
shall submit to the City a verified statement of the journeyman and apprentice hours performed
under this Agreement.
(f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor
constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section
1810.
(g) Penalties for Excess Hours. Consultant shall comply with and be bound by
the provisions of Labor Code Section 1813 concerning penalties for workers who work excess
hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each
worker employed in the performance of this Agreement by the Consultant or by any subcontractor
for each calendar day during which such worker is required or permitted to work more than 8
(eight) hours in any one calendar day and 40 (forty) hours in any one calendar week in violation
of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor
Code section 1815, work performed by employees of Consultant in excess of 8 (eight) hours per
day, and 40 (forty) hours during any one week shall be permitted upon public work upon
compensation for all hours worked in excess of 8 hours per day at not less than one and 1½ (one
and one half) times the basic rate of pay.
(h) Workers’ Compensation. California Labor Code Sections 1860 and 3700
provide that every employer will be required to secure the payment of compensation to its
employees if it has employees. In accordance with the provisions of California Labor Code Section
1861, Consultant certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract.”
Consultant’s Authorized Initials ________
(i) Consultant’s Responsibility for Subcontractors. For every subcontractor
who will perform work under this Agreement, Consultant shall be responsible for such
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 out the purposes
of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of
the other.
01203.0001/835260.1 5
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 actual
expenses, shall not exceed $1,100,200 (One Million One Hundred Thousand and Two
Hundred Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to
Section 1.9.
01203.0001/835260.1 6
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 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.
01203.0001/835260.1 7
2.5 Waiver.
Payment to Consultant for work performed pursuant to this Agreement shall not be deemed
to waive any defects in work performed by Consultant.
ARTICLE 3. PERFORMANCE SCHEDULE
3.1 Time of Essence.
Time is of the essence in the performance of this Agreement.
3.2 Schedule of Performance.
Consultant shall commence the services pursuant to this Agreement upon receipt of a
written notice to proceed and shall perform all services within the time period(s) established in the
“Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this
reference. When requested by the Consultant, extensions to the time period(s) specified in the
Schedule of Performance may be approved in writing by the Contract Officer through a Change
Order, but not exceeding 60 (sixty) days cumulatively.
3.3 Force Majeure.
The time period(s) specified in the Schedule of Performance for performance of the
services rendered pursuant to this Agreement shall be extended because of any delays due to
unforeseeable causes beyond the control and without the fault or negligence of the Consultant,
including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires,
earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars,
litigation, and/or acts of any governmental agency, including the City, if the Consultant shall
within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of
the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and
extend the time for performing the services for the period of the enforced delay when and if in the
judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall
be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled
to recover damages against the City for any delay in the performance of 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 40 months
except as otherwise provided in the Schedule of Performance (Exhibit “D”).
/ / /
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:
Mark Hanna, PhD, PE Vice President, Senior Principal
(Name) (Title)
Daniel Lee, PE, CCM Senior Principal
(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.
/ / /
/ / /
01203.0001/835260.1 9
4.3 Contract Officer.
The Contract Officer shall be Russ Bryden, Principal Engineer, Department of Public
Works 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.
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
01203.0001/835260.1 10
during the term of this Agreement, policies of insurance of the type and amounts described below
and in a form satisfactory to City.
(a) General liability insurance. Consultant shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in
an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily
injury, personal injury, and property damage. The policy must include contractual liability that has
not been amended. Any endorsement restricting standard ISO “insured contract” language will not
be accepted.
(b) Automobile liability insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and
property damage for all activities of the Consultant arising out of or in connection with Services
to be performed under this Agreement, including coverage for any owned, hired, non-owned or
rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident.
(c) Professional liability (errors & omissions) insurance. Consultant shall
maintain professional liability insurance that covers the Services to be performed in connection
with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any
policy inception date, continuity date, or retroactive date must be before the effective date of this
Agreement and Consultant agrees to maintain continuous coverage through a period no less than
three (3) years after completion of the services required by this Agreement.
(d) Workers’ compensation insurance. Consultant shall maintain Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at
least $1,000,000).
(e) Subcontractors. Consultant shall include all subcontractors as insureds
under its policies or shall furnish separate certificates and certified endorsements for each
subcontractor. All coverages for subcontractors shall include all of the requirements stated herein.
(f) Additional Insurance. Policies of such other insurance, as may be required
in the Special Requirements in Exhibit “B”.
5.2 General Insurance Requirements.
(a) Proof of insurance. Consultant shall provide certificates of insurance to City
as evidence of the insurance coverage required herein, along with a waiver of subrogation
endorsement for workers’ compensation. Insurance certificates and endorsements must be
approved by City’s Risk Manager prior to commencement of performance. Current certification
of insurance shall be kept on file with City at all times during the term of this Agreement. City
reserves the right to require complete, certified copies of all required insurance policies, at any
time.
(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.
01203.0001/835260.1 11
(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
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
01203.0001/835260.1 12
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.
(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.
01203.0001/835260.1 13
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
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.
01203.0001/835260.1 14
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
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
01203.0001/835260.1 15
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.
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.
01203.0001/835260.1 16
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
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
01203.0001/835260.1 17
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
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,
01203.0001/835260.1 18
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.
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.
01203.0001/835260.1 19
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.
9.4 Integration; Amendment.
This Agreement including the attachments hereto is the entire, complete and exclusive
expression of the understanding of the parties. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels
any and all previous negotiations, arrangements, agreements and understandings, if any, between
the parties, and none shall be used to interpret this Agreement. No amendment to or modification
of this Agreement shall be valid unless made in writing and approved by the Consultant and by
the City Council. The parties agree that this requirement for written modifications cannot be
waived and that any attempted waiver shall be void.
01203.0001/835260.1 20
9.5 Severability.
In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections
contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or
decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any
of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are
hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder
unless the invalid provision is so material that its invalidity deprives either party of the basic benefit
of their bargain or renders this Agreement meaningless.
9.6 Warranty & Representation of Non-Collusion.
No official, officer, or employee of City has any financial interest, direct or indirect, in this
Agreement, nor shall any official, officer, or employee of City participate in any decision relating
to this Agreement which may affect his/her financial interest or the financial interest of any
corporation, partnership, or association in which (s)he is directly or indirectly interested, or in
violation of any corporation, partnership, or association in which (s)he is directly or indirectly
interested, or in violation of any State or municipal statute or regulation. The determination of
“financial interest” shall be consistent with State law and shall not include interests found to be
“remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Consultant
warrants and represents that it has not paid or given, and will not pay or give, to any third party
including, but not limited to, any City official, officer, or employee, any money, consideration, or
other thing of value as a result or consequence of obtaining or being awarded any agreement.
Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s),
or other conduct or collusion that would result in the payment of any money, consideration, or
other thing of value to any third party including, but not limited to, any City official, officer, or
employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is
aware of and understands that any such act(s), omission(s) or other conduct resulting in such
payment of money, consideration, or other thing of value will render this Agreement void and of
no force or effect.
Consultant’s Authorized Initials _______
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]
01203.0001/835260.1 21
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the date and year first-above written.
CITY:
CITY OF RANCHO PALOS VERDES, a
municipal corporation
David Bradley, Mayor
ATTEST:
Teresa Takaoka, City Clerk
APPROVED AS TO FORM:
ALESHIRE & WYNDER, LLP
William W. Wynder, City Attorney
CONSULTANT:
____________________________________
By:
Name: Mark Hanna, PhD, PE
Title: Vice President
By:
Name: Greg Corcoran, PE
Title: Assistant Secretary
Address: 1031 S. Broadway, Ste 300, Los Angeles
CA 90015
Two corporate officer signatures required when Consultant is a corporation, with one signature required from
each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any
Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONSULTANT’S SIGNATURES
SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS
MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR
REGULATIONS APPLICABLE TO CONSULTANT’S BUSINESS ENTITY.
01203.0001/835260.1
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
On __________, 2023 before me, ________________, personally appeared ________________, proved to me on
the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,
executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature: _____________________________________
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
INDIVIDUAL
CORPORATE OFFICER
_______________________________
TITLE(S)
PARTNER(S) LIMITED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER_______________________________
______________________________________
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENTITY(IES))
_____________________________________________
_____________________________________________
___________________________________
TITLE OR TYPE OF DOCUMENT
___________________________________
NUMBER OF PAGES
___________________________________
DATE OF DOCUMENT
___________________________________
SIGNER(S) OTHER THAN NAMED ABOVE
A notary public or other officer completing this certificate verifies only the identity of the individual who signed
the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document.
01203.0001/835260.1
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF LOS ANGELES
On __________, 2023 before me, ________________, personally appeared ________________, proved to me on
the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,
executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature: _____________________________________
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
INDIVIDUAL
CORPORATE OFFICER
_______________________________
TITLE(S)
PARTNER(S) LIMITED
GENERAL
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER_______________________________
______________________________________
SIGNER IS REPRESENTING:
(NAME OF PERSON(S) OR ENTITY(IES))
_____________________________________________
_____________________________________________
___________________________________
TITLE OR TYPE OF DOCUMENT
___________________________________
NUMBER OF PAGES
___________________________________
DATE OF DOCUMENT
___________________________________
SIGNER(S) OTHER THAN NAMED ABOVE
A notary public or other officer completing this certificate verifies only the identity of the individual who signed
the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document.
01203.0001/835260.1 A-1
EXHIBIT “A”
SCOPE OF SERVICES
Introduction
The purpose of this drainage study is to develop a hydrology and hydraulics model
that incorporates storm patterns from the last ten years. The drainage study will be
used to determine if storm infrastructure can be installed to divert runoff away from
the Greater Portuguese Bend-Ancient Altamira Landslide Complex (Landslide
Complex); to update the stormwater calculations for the drainage improvements in
the Portuguese Bend Landslide Remediation Project based on recent storms (by
others); and to update the Portuguese Bend Landslide Slope Stability Model (by
others). A hydrology and hydraulics model will not be produced for only the
Portuguese Bend Landslide area as it must capture full watersheds; therefore, the
scope of the drainage study includes the entire watershed.
A phased approach is recommended because there is insufficient information to
fully scope certain tasks until prior tasks are completed. Accordingly, the tasks
relying on prior task information are noted as optional tasks. Fees and schedules for
optional tasks may be negotiated upon completion of dependent tasks.
Assumptions
Unless noted otherwise, Geosyntec shall address one round of consolidated
comments from the City and the City’s selected reviewers. The City shall provide
the consolidated comments within one week of each deliverable that is a critical
path task, and within three weeks for each deliverable that is not a critical path task.
Publicly available data, and/or data received from the City, County, or other agency
shall be deemed accurate and complete. Geosyntec shall review data received for
reasonableness and shall work to fill gaps, if identified, and is not responsible for
ensuring completeness or overall accuracy of data received.
I. Consultant shall perform the following Services:
PHASE I
TASK 0 –PROJECT MANAGEMENT
Task 0.1 – Phase 1 Project Management
Geosyntec shall conduct general project management, coordination, and
administration associated with project delivery of Tasks 0 through 5 services
according to the baseline schedule for a duration of approximately 24 weeks. The
project management tasks for Phase 1 include:
01203.0001/835260.1 A-2
• Virtual kick-off meeting.
• 6 monthly virtual coordination/progress meetings with Project Manager and
Project Engineer.
• 12 bi-weekly status reports with approximately two pages of information
including on project progress update, budget status, schedule status, and key
issues and risks.
• 6 monthly project schedule updates including an update of the baseline
critical-path-method schedule with completed activities and new schedule
logic or activities as needed.
TASK 1 – DRAINAGE AND DEVELOPMENT STUDY
Task 1.1 – Data Collection and Review
Geosyntec shall review received and publicly available data/documents through
Los Angeles County Public Works (LACPW) web portals (e.g. design construction
plans, storm drain maps) and make specific data requests to LACPW as appropriate.
In addition to Geosyntec’s independent desktop research, Geosyntec shall compile
and transmit a data request list to the City, including requests for as-built/record
drawings for nearby developments or major capital improvements, technical
models or studies, GIS database with relevant spatial datasets (e.g. storm drain
infrastructure, land- use), historical topographic maps, known surface water
migration locations, and previous survey/elevation datasets in the project vicinity).
As part of data collection and review, Geosyntec shall conduct field reconnaissance
to assess existing conditions and drainage patterns to inform the hydrologic and
hydraulic assessment. Site reconnaissance is expected to occur over several days and
may include participation with City staff. Approximately 80 hours of personnel time
are estimated to complete the necessary field reconnaissance including visit
preparations, coordination, travel time, and field investigations.
Geosyntec shall assess surface water inputs including septic systems, applied
irrigation, and domestic water and sewer line leaks, to the subsurface (other than
groundwater flow and stormwater infiltration). Along with a literature review of
standard values, Geosyntec shall review publicly available and City-provided data
including utility maps, geospatial datasets, flow data, technical reports, and known
or historic leak locations to identify potential sub-surface migration locations and
generally quantify water inputs. Water input estimates shall be limited to the
accuracy of available data.
Received data, publicly available data, and field reconnaissance observations shall
be reviewed and synthesized into a memorandum.
01203.0001/835260.1 A-3
Task 1.2 – Hydrologic and Hydraulic (H&H) Assessment
Geosyntec shall delineate and characterize the Landslide Complex’s entire watershed and
sub-watersheds (drainage areas, imperviousness, and flow paths). This shall include
all areas with the potential to contribute surface runoff to the Landslide Complex.
Geosyntec shall develop hydrologic and hydraulic models using PC-SWMM1. The
models shall be run using 2, 10, 25, 50, 100-year, 24-hour design storm events (as
defined by the LA County Hydrology manual). A continuous simulation shall also
be performed for a recent 10-year period that will enable quantification of flows
and volumes over the recent past. Conveyance elements (e.g. pipes, channels) shall
be modeled per record drawings, previous models, and technical reports received
or obtained from data requests. The H&H models will include major conveyance
elements and only model storm drains equal to or greater than 24-inches in
diameter.
There are unusually large surface fractures or cracks related to the existing landslide
movements that may impact the drainage analysis. These elements shall be added
into the H&H model as hydraulic features (e.g., as outlet and/or infiltration
elements) to more reasonably reflect existing surface drainage patterns. The H&H
models shall assume that all or some fraction of the runoff entering the modeled
surface fractures will be transmitted to the sub-surface. Geosyntec shall exercise
reasonable professional judgment in identifying major locations of surface fractures
based on and limited by available data, observations made during field
reconnaissance (Task 1.1), and known locations provided by the City. The H&H
models shall include representation of major surface fractures (e.g. greater than 10
acres of upstream drainage area). A more granular assessment and identification of
the surface fractures will require additional investigations (e.g., field survey or
measurements).
The results of the H&H modeling shall be summarized in a technical memorandum.
The H&H memo shall identify key points of discharge into the Landslide Complex
and quantify hydrologic parameters (e.g. peak flow, runoff volume) for each
delineated sub-watershed and modeled scenario. Upon completion of the Scope of
Services, Geosyntec shall provide electronic copies of the H&H models to the City.
1 PC-SWMM is a proprietary advanced H&H software based on the industry-standard Storm Water
Management Model (SWMM) developed by the US Environmental Protection Agency. Although,
PC-SWMM is anticipated to be an appropriate tool for the H&H assessment, Geosyntec may
propose the use of an alternative modeling program if assessed to be better suited for the specific
complexities of the project.
Task 1.3 – H&H Model Update with Flow Monitoring and Model Calibration
Geosyntec shall conduct flow monitoring for a three-year period upon completion
of Task 1.2, along with annual calibration of the H&H model using the flow
monitoring data. Consultant shall determine the adequate number and location of
01203.0001/835260.1 A-4
flow monitoring devices to model calibration in accordance with industry practices
and project needs.
The purpose of the flow monitoring and model updates is to increase confidence in
the base H&H model by calibrating it using measured flowrates and rain events,
which consists of the installation of flow monitoring instrumentation at key outlets
corresponding to the H&H model setup. In general, a larger set of data points will
result in better model calibration. Monitoring locations shall generally be in the
vicinity of major fracture locations, culvert headwalls, and/or natural waterway
outfalls.
TASK 2 – PROJECT CONCEPT REPORT
Task 2.1 – Stormwater Infiltration Management Concepts and Estimates
Geosyntec shall develop up to three planning-level concepts (e.g., schematic
layouts or conceptual drawings) and rough order of magnitude cost opinions for
alternatives that reduce stormwater runoff and infiltration into the Landslide
Complex. The alternatives shall be developed in close collaboration with the City
to present meaningful alternatives. The developed alternatives will aim to
incorporate and reflect the findings of Task 1 with an emphasis on mitigating or
otherwise managing contributing surface runoff at or close to its source. Rough
order of magnitude (ROM) cost opinions shall be prepared for each alternative.
The planning-level concepts shall consist of conceptual site plans with approximate
locations and sizes of proposed infrastructure and typical cross sections and/or
details of key infrastructure elements. The planning-level concepts shall not include
specifications.
Analysis, findings, concepts, cost opinions, and recommendations shall be
summarized and submitted to the City in a Draft Project Concept Report.
The Draft Project Concept Report shall also include high-level discussions of real
estate needs, potential utility conflicts, and permitting requirements as described in
Tasks 3, 4, and 5.
Task 2.2 – Presentation to City Council
Geosyntec shall prepare and deliver one presentation and one ~2-page report
summarizing the findings and alternatives of the Draft Project Concept Report to
the City Council. The presentation shall be delivered either in-person or virtually at
the City’s discretion.
TASK 3 – PROPERTY AND EASEMENT NEEDS
Geosyntec shall review publicly available parcel maps (e.g., LA County Assessor
Maps, LA County Records of Survey, Tract Maps, etc.) to determine real estate
needs (acquisitions, permanent easements, and/or temporary construction easements)
01203.0001/835260.1 A-5
for each of the three concept alternatives in Task 2. Real estate needs for each
concept alternative shall be discussed in the Draft Project Concept Report for the
City’s consideration in selecting a preferred alternative.
TASK 4 – UTILITY NEEDS
Geosyntec shall review publicly and readily available data and shall submit records
requests to utility owners in the project area to identify potential conflicts with
known existing utilities for each of the three concept alternatives in Task 2. City
Staff shall be informed of utility owners that are not responsive to records requests.
Known existing utilities shall be shown on the concept plans and potential utility
conflicts shall be discussed in the Draft Project Concept Report for the City’s
consideration in selecting a preferred alternative.
A communications log of correspondence with utility owners shall be maintained
in an Excel spreadsheet.
TASK 5 – PERMITTING NEEDS
Geosyntec shall identify necessary project approvals and permits for each of the
three concept alternatives in Task 2. Needed approvals and permits shall be
discussed in the Draft Project Concept Report for the City’s consideration in
selecting a preferred alternative.
01203.0001/835260.1 A-6
TASK 20 – STAGE I LANDSLIDE GEOPHYSICAL STUDY
The purpose of this subsurface geophysical study is to evaluate subsurface
conditions and assess the influence of groundwater on the Portuguese Bend
Landslide. The study will be conducted in the area depicted in Figure 1 and will
support long-term slope stabilization planning so that others can refine the specific
locations and numbers of Deep Dewater Wells (DDWs) and Hydraugers for the
Portuguese Bend Landslide Remediation Project based on a more refined
understanding of subsurface conditions.
Introduction
A subsurface geophysical study shall be carried out for the Portuguese Bend
Landslide, with the following key objectives:
• Characterize primary groundwater flow paths and geologic conduits
o Define the depth, lateral extent, and continuity of preferential flow
zones.
• Identify groundwater sources contributing to slope instability
o Assess potential upwelling zones and directional trends of groundwater
movement.
• Map the geometry of the slide plane and bentonite layer(s)
o Determine the depth, thickness, spatial variability, and continuity of the
slide surface and associated clay layers.
The study approach utilizes a combination of electromagnetic and electrical
resistivity methods, with seismic methods considered where site access or terrain
constraints require it.
A phased approach is recommended because there is insufficient information to
fully scope certain tasks until prior tasks are completed. Accordingly, the tasks
relying on prior task information are noted as optional tasks. Fees and schedules for
optional tasks may be negotiated upon completion of dependent tasks.
Assumptions
Unless noted otherwise, Geosyntec shall address one round of consolidated
comments from the City and the City’s selected reviewers. The City shall provide
the consolidated comments within one week of each deliverable that is a critical
path task, and within three weeks for each deliverable that is not a critical path task.
Publicly available data, and/or data received from the City, County, or other agency
shall be deemed accurate and complete. Geosyntec shall review data received for
01203.0001/835260.1 A-7
reasonableness and will work to fill gaps, if identified, and is not responsible for
ensuring completeness or overall accuracy of data received.
Task 20.0 Geophysical Assessment Project Management and Meetings
Geosyntec shall conduct general project management, coordination, and
administration associated with project delivery, separate from and in coordination
with Task 0.1, according to the baseline schedule for a duration of approximately
24 weeks. The project management tasks for Task 20 include:
• Virtual kick-off meeting.
• Bi-weekly virtual coordination/progress meetings to review preliminary
findings and address technical or logistical issues.
• Meeting summaries with action times after each meeting.
• Regular schedule tracking, budget monitoring, subcontractor coordination,
and internal quality control review.
Task 20.1 Desktop Review and Stage I Geophysical Assessment Planning
Geosyntec and their sub-consultant Collier Geophysics shall conduct a
comprehensive desktop study in collaboration with the City to develop a robust
understanding of the Landslide Complex subsurface geophysical properties. This
effort shall include compiling and reviewing existing data provided by the City or
publicly available data, including geologic maps, lithologic borehole and water well
data, geotechnical reports, InSAR datasets, digital elevation models (DEMs), and
available groundwater information.
Geosyntec and Collier shall work with the City to develop a shared, cloud-hosted
3D visualization environment in Leapfrog Central
(https://www.seequent.com/products-solutions/seequent-central/), which shall
serve as the central data repository and interpretation workspace for the project.
The desktop review shall also include digitization of available boring logs and
development of a geophysical assessment plan for Task 20.2. A meeting shall be
held with the City to discuss the proposed approach for data collection and finalize
priority geophysical methods and target areas for Task 20.2.
Following the completion of the desktop review, Geosyntec and its sub-consultant
Collier Geophysics shall refine the Task 20.2 scope and prepare for field
mobilization. All compiled data and Task 20.2 results shall be consolidated into the
Leapfrog Central workspace to support ongoing interpretation and planning for
future tasks.
01203.0001/835260.1 A-8
Task 20.2 Stage I Geophysical Assessment
Following the desktop review and finalization of initial geophysical assessment
locations, Geosyntec and its sub-consultant Collier Geophysics shall coordinate
with the City to secure necessary site access. Field crews shall be deployed
concurrently to implement the geophysical assessment and collect approximately
7,000 lineal feet of co-located data for each selected method described below.
Actual line locations shall be confirmed in coordination with the City, with
reference to schematic alignments shown in Figure 1.
Figure 1: Anticipated Data Collection Alignments
Based on the findings associated with Task 20.1, field implementation may include
the use of the following geophysical methods:
• Electrical Resistivity Tomography (ERT) to image lithologic variability,
identify potential bentonite layers, and locate saturated zones.
• Seismic Refraction Tomography (SRT) and Multichannel Analysis of
Surface Waves (MASW) to evaluate subsurface velocity profiles related to
material strength and slide geometry.
01203.0001/835260.1 A-9
• Time Domain Electromagnetic (TEM) soundings for high-resolution
geoelectric imaging, tested both along ERT transects and in other accessible
areas.
Testing may also include evaluation of various seismic energy sources (e.g., Betsy
gun, weight drop, sledgehammer) to determine the most effective option for future
survey design. All methods shall have target depths of 300–400 feet—deeper than
known slide surfaces within the Landslide Complex if technically applicable.
Traffic safety measures shall be implemented where needed, and Geosyntec’s
activities shall comply with health and safety protocols. Study findings, along with
recommendations for future stages of study, shall be summarized in a letter report
with supporting 3D visualizations and interpretations.
Task 20.3 Initial Geophysical Analysis, Report, Presentation, and 3-D Visualization
Following completion of field data collection, Geosyntec and its sub-consultant
Collier Geophysics shall analyze the geophysical datasets and develop an integrated
3D geologic model to support the interpretation of subsurface conditions within the
Landslide Complex. Geosyntec shall apply appropriate 3D interpolation techniques
to interpolate the geophysical data acquired along the 2D survey lines.
Using the interpolated geophysical model, Geosyntec shall interpret geologic
surfaces between the lines to support characterization of key features. Collier
Geophysics shall interpret faults, rupture surfaces, bentonite clay layers, and other
significant structural elements on the 2D geophysical profiles, which shall be
imported into Leapfrog and used by Geosyntec to construct a comprehensive 3D
model.
The geologic model shall be developed in Leapfrog and shall include:
• Interpolated/interpreted faults, rupture surfaces, and stratigraphic units
• A Leapfrog Viewer file with a README guide
• Up to 10 georeferenced cross sections, with locations selected in
collaboration with the City.
• A base map showing cross section locations and surface geology
Geosyntec shall upload a draft version of the Leapfrog project to Leapfrog Central
for City review. Draft and final versions of the 3D visualization shall be developed
as part of the deliverables for Stage I.
In addition, Geosyntec shall prepare a draft and final Summary Report documenting
the methods, results, and recommendations for future phases. Two meetings shall
01203.0001/835260.1 A-10
be held to review the draft and final 3D visualization, and two additional meetings
shall be held to discuss the Summary Report with the City.
II. As part of the Services, Consultant will prepare and deliver the following tangible work
products to the City:
PHASE I DELIVERABLES
Task 0.1 – Phase 1 Project Management
a. Virtual Kick-Off Meeting Notes
b. 6 Monthly Virtual Coordination/Progress Meeting Notes
c. 12 Bi-Weekly Status Reports
d. 6 Monthly Project Schedule Updates
Task 1.1 – Data Collection and Review
a. Data Summary Memorandum
Task 1.2 – Hydrologic and Hydraulic Assessment
a. Hydrology and Hydraulics Technical Memorandum
b. Electronic Hydrology and Hydraulics Model Files
Task 1.3 – Hydrologic and Hydraulic Model Update with Flow Monitoring and Model
Calibration
a. Year 1 Flow Monitoring Data, Updated Drainage Study Memo, and
Updated Electronic Model Files
b. Year 2 Flow Monitoring Data, Updated Drainage Study Memo, and
Updated Electronic Model Files
01203.0001/835260.1 A-11
c. Year 3 Flow Monitoring Data, Updated Drainage Study Memo, and
Updated Electronic Model Files
Task 2.1 – Stormwater Infiltration Management Concepts and Estimates
a. Draft Project Concept Report
Task 2.2 – Presentation to City Council
a. Summary Presentation of the Draft Project Concept Report
b. Short, ~2-Page Report Summarizing Findings and Alternatives
c. One Presentation to City Council and Stakeholders
Task 3 – Property and Easement Needs
a. Discussion of Property and Easement Needs for Each Alternative
Incorporated as Part of Draft Project Concept Report
Task 4 – Utility Needs
a. Known Existing Utilities Shown for Each Alternative on Concept Plan
b. Discussion of Potential Conflicts with Known Existing Utilities for Each
Alternative Incorporated as Part of Draft Project Concept Report
c. Log of Correspondence with Utility Owners
Task 5 – Permitting Needs
a. Discussion of Project Approval and Permit Needs for Each Alternative
Incorporated as Part of Draft Project Concept Report
Task 20 – Stage I Landslide Geophysical Study
01203.0001/835260.1 A-12
Task 20.0 Geophysical Assessment Project Management and Meetings
a. Virtual Kick-Off Meeting Notes
b. Bi-Weekly Project Meeting Summaries
c. Regular Schedule Tracking and Budget Monitoring Updates
Task 20.1 Desktop Review and Stage I Geophysical Assessment Planning
a. Digitized Boring Logs
b. Geophysical Assessment Plan
Task 20.2 Stage I Geophysical Assessment
a. Field records of Geophysical Assessment in Electronic Form
Task 20.3 Stage I Geophysical Analysis Report, Presentation, and 3-D Visualization
a. Draft 3D Geologic Model
b. Final 3D Geologic Model
c. Draft Summary Report
d. Final Summary Report
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:
a. Monthly Progress Meeting Summaries
b. Bi-Weekly Project Status Reports
01203.0001/835260.1 A-13
c. Monthly Project Schedule and Budget Updates
IV. All work product are subject to reasonable review and acceptance by the City, and must be
revised by the Consultant without additional charge to the City until found satisfactory and
accepted by City.
V. Consultant will utilize the following key personnel to accomplish the Services. Consultant
shall report directly to the Contract Officer:
A. Mark Hanna, PhD, PE Project Director
B. Daniel Lee, PE, CCM Project Manager
C. Sam Hwang, PE, ENV SP Project Engineer
D. Phil Reidy, PE Quality Control
E. Al Preston, PhD, PE Hydrology & Hydraulics
F. Muhammed Mustafa, PhD, PE Hydrology & Hydraulics
G. James Gonzales, PG, CHG Hydrogeology
H. Yonas Zemuy, PE Geotechnical
I. Kathleen Harrison, PG Environmental Compliance
J. Haley Bauer, PE Civil Engineering
01203.0001/835260.1 B-1
EXHIBIT “B”
SPECIAL REQUIREMENTS
(Superseding Contract Boilerplate)
Added text indicated in bold italics, deleted text indicated in strikethrough.
Section 1.1, Scope of Services, is hereby amended as follows:
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 ordinarily exercised by other firms recognized by one or more first-class
firms performing similar work under similar circumstances.
Consultant not responsible for utilization of Consultant work product for purposes other
than those intended and defined in the approved scope of work.
Section 1.3, Compliance With Law, is hereby amended as follows:
1.3 Compliance with Law.
Consultant shall keep itself informed concerning, and shall render all services hereunder in
accordance with, all applicable 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. Specific requirements include, but are not limited to:
Build America, Buy America Act (BABAA) Compliance Clause
1. Applicability
This project is funded in whole or in part with federal funds, including from the Federal
Emergency Management Agency (FEMA). As such, the Contractor shall comply with the
Build America, Buy America provisions of the Infrastructure Investment and Jobs Act (Pub.
L. No. 117-58, § 70901–70927), and any implementing guidance issued by the U.S. Office of
Management and Budget (OMB), the U.S. Department of Homeland Security (DHS), and
FEMA.
01203.0001/835260.1 B-2
2. Domestic Preference for Infrastructure Projects
In accordance with BABAA, the Contractor agrees that all iron, steel, manufactured products,
and construction materials used in the project shall be produced in the United States unless a
valid waiver has been issued by FEMA.
a. Iron and Steel
All iron and steel products used in the project must be produced in the United States. This
means all manufacturing processes, from the initial melting stage through the application of
coatings, must occur domestically.
b. Manufactured Products
The cost of the components of manufactured products that are mined, produced, or
manufactured in the United States must exceed 55% of the total cost of all components of the
product. Final assembly must also occur in the United States.
c. Construction Materials
Construction materials (e.g., lumber, drywall, glass, plastic, composite building materials)
must be manufactured in the United States. All manufacturing processes, including the final
manufacturing process, must take place in the U.S.
3. Waivers
If the Contractor believes that a specific item or material is not available domestically in
sufficient quantity or of satisfactory quality, the Contractor shall promptly notify the
Owner/Grantee in writing. No foreign-made iron, steel, manufactured product, or
construction material may be used unless FEMA has issued a specific waiver for that item. It
is the Contractor’s responsibility to support any waiver request with sufficient justification and
documentation.
4. Flow-Down Requirements
The Contractor shall include this BABAA Compliance Clause in all subcontracts and
purchase orders for work or products under this contract, ensuring compliance throughout all
tiers of subrecipients, suppliers, and subcontractors.
5. Records and Audits
The Contractor shall maintain records sufficient to demonstrate compliance with BABAA,
including but not limited to: origin of materials, percentage of U.S.-manufactured
components, and relevant certifications. These records shall be available to the
Owner/Grantee, FEMA, and any other authorized agency upon request.
6. Noncompliance
Failure to comply with the Build America, Buy America Act requirements may result in the
withholding of payment, termination of contract, debarment from future federal work, or
other legal remedies as provided by law.
01203.0001/835260.1 B-3
Financial Reporting and Performance Requirements Clause
(Incorporating 2 C.F.R. § 200.327)
1. Financial Reporting Obligations
The Contractor/Subrecipient shall provide financial information related to this federally
funded project as required by the Recipient and in compliance with the reporting requirements
of 2 C.F.R. § 200.327.
Specifically, the Contractor/Subrecipient shall:
a. Submit financial data using standard OMB-approved information collections, including the
Federal Financial Report (SF-425) or any successor form required by the federal awarding
agency;
b. Provide information that is accurate, complete, and supported by adequate documentation;
c. Submit reports at the frequency and due dates prescribed by the Recipient (e.g., monthly,
quarterly, or as otherwise directed);
d. Provide project status updates, including progress toward performance goals and milestone
completion, as requested.
2. Performance Reporting
If required, the Contractor/Subrecipient shall also submit performance reports that include:
• A comparison of actual accomplishments to the objectives established for the period;
• The reasons why established goals were not met, if applicable;
• Additional pertinent information including analysis and explanation of cost overruns
or high unit costs;
• Any other performance indicators or metrics defined in the project scope of work or
required by the federal awarding agency.
3. Record Retention and Access
The Contractor/Subrecipient shall maintain complete and accurate financial and
programmatic records for a minimum of three years from the date of submission of the final
expenditure report (or longer if required by 2 C.F.R. § 200.334). These records shall be
available for review by the Recipient, FEMA, DHS, the Comptroller General of the United
States, or any of their duly authorized representatives.
4. Remedies for Noncompliance
Failure to comply with the financial or performance reporting requirements may result in
actions including but not limited to:
• Withholding of payments;
• Disallowance of costs;
• Termination of this contract;
• Suspension or debarment from future federal awards;
• Other remedies as provided under 2 C.F.R. § 200.339 and applicable federal law.
01203.0001/835260.1 B-4
Federal Contract Provisions (Appendix II to 2 C.F.R. Part 200)
The following provisions apply to this contract in accordance with Appendix II to 2 C.F.R.
Part 200 and are required when federal funds are used:
1. Equal Employment Opportunity (Applicable to contracts > $10,000)
The Contractor shall comply with Executive Order 11246, “Equal Employment Opportunity,”
as amended by Executive Order 11375, and as supplemented by regulations at 41 C.F.R. part
60. The Contractor agrees not to discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender identity, or
national origin.
2. Davis-Bacon Act (Applicable to prime construction contracts > $2,000 funded by HUD
only)
If applicable, the Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 3141–3148),
including the payment of prevailing wages and submission of certified payroll records.
3. Copeland “Anti-Kickback” Act (Applicable to construction or repair contracts > $2,000)
Contractor shall comply with 18 U.S.C. § 874 and 40 U.S.C. § 3145 and the Copeland “Anti-
Kickback” Act (29 C.F.R. Part 3). No part of the compensation of laborers may be returned to
the employer in the form of kickbacks.
4. Contract Work Hours and Safety Standards Act (Applicable to contracts > $100,000)
Contractor shall comply with 40 U.S.C. 3702 and 3704, as supplemented by 29 C.F.R. Part 5.
No laborer or mechanic shall work more than 40 hours in a workweek unless compensated for
overtime at not less than one and one-half times the basic rate of pay.
5. Rights to Inventions Made Under a Contract or Agreement (Applicable to contracts with
research institutions)
If this contract involves the performance of experimental, developmental, or research work,
the Contractor agrees to comply with the requirements of 37 C.F.R. part 401 and any
implementing regulations issued by the federal awarding agency.
6. Clean Air Act and Federal Water Pollution Control Act (Applicable to contracts >
$150,000)
Contractor shall comply with:
• The Clean Air Act (42 U.S.C. §§ 7401–7671q);
• The Federal Water Pollution Control Act (33 U.S.C. §§ 1251–1387); and
• All applicable standards, orders, or regulations issued under those Acts.
Contractor shall report violations to FEMA and the Regional Office of the Environmental
Protection Agency (EPA).
01203.0001/835260.1 B-5
7. Debarment and Suspension (Applicable to all contracts)
Contractor certifies that neither it nor its principals are debarred, suspended, or proposed for
debarment by any federal agency. This contract is a covered transaction for purposes of 2
C.F.R. Part 180 and 2 C.F.R. Part 3000 (FEMA suspension and debarment rules).
8. Byrd Anti-Lobbying Amendment (Applicable to contracts > $100,000)
Contractor certifies that it will not and has not used federally appropriated funds to pay any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, or any employee of a Member of Congress in connection with this
federal contract.
Contractor shall complete and submit OMB Standard Form-LLL (“Disclosure of Lobbying
Activities”), if applicable.
9. Procurement of Recovered Materials (Applicable to all contracts for items designated under
EPA guidelines)
Contractor must comply with section 6002 of the Solid Waste Disposal Act, as amended by the
Resource Conservation and Recovery Act, and procure only EPA-designated items containing
the highest percentage of recovered materials practicable.
10. Access to Records
Contractor agrees to provide access to the Recipient, FEMA, the Comptroller General of the
United States, or any of their authorized representatives to any books, documents, papers, and
records of the Contractor that are directly pertinent to this contract for auditing, examination,
or inspection purposes.
11. DHS/FEMA-Specific Requirements
a. DHS Seal, Logo, and Flags: The Contractor shall not use the Department of Homeland
Security or FEMA seal, logo, or flags without prior written consent.
b. Compliance with Federal Law, Regulations, and Executive Orders: Contractor
acknowledges that federal funding requires full compliance with all applicable laws,
regulations, executive orders, FEMA policies, and award terms and conditions.
c. No Obligation by Federal Government: The federal government is not a party to this
contract and is not subject to any obligations or liabilities to the non-federal entity, contractor,
or any party to the contract.
d. Program Fraud and False or Fraudulent Statements or Related Acts: Contractor
acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims and
Statements) applies
01203.0001/835260.1 B-6
Section 2,4, Invoices, is hereby amended as follows:
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 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.
Section 3.3, Force Majeure, is hereby amended as follows:
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
reasonable 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.
Section 5.2, General Insurance Requirements, is hereby amended as follows:
5.2 General Insurance Requirements.
01203.0001/835260.1 B-7
(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.
01203.0001/835260.1 D-1
EXHIBIT “C”
SCHEDULE OF COMPENSATION
I. For the “Rancho Palos Verdes Landslide Complex Hydrology and Hydraulics Study,
the selected method of compensation is lump sum/fixed fee payment based on a monthly
percentage of completion of services. Consultant shall perform the following tasks at the
following rates:
TASK FEE
PHASE I
Task 0.1 $60,000
Task 1.1 $86,200
Task 1.2 $111,700
Task 1.3 $159,500
Task 2.1 $111,300
Task 2.2 $9,600
Task 3 $8,300
Task 4 $34,500
Task 5 $7,200
Task 20.0 $28,000
Task 20.1 $29,000
Task 20.2 $371,000
Task 20.3 $84,000
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.
III. The City will compensate Consultant for the Services performed upon submission of
a valid invoice. Each invoice is to include:
01203.0001/835260.1 D-2
A. Vendor name, project name, contract number, purchase order number, invoice
submittal date, invoice number, and invoice period dates.
B. Table of all tasks with the following information for each task:
i. Original Contract Amount
ii. New Contract Amount Per Approved Change Order
iii. Prior Billing Amount
iv. Current Billing Amount
v. Billing Amount to Date
vi. Contract Amount Remaining
C. For lump sum/fixed fee or % completion compensation per Agreement Section 2.2
(Method of Compensation), each monthly invoice is to include a cover letter
summarizing work completed for the invoice period and a tabulated summary of
Schedule of Compensation with % work complete for each task.
D. For time and materials invoice compensation per Agreement Section 2.2 (Method
of Compensation), each monthly invoice shall include the following supporting
documents:
i. Line items for all personnel describing the work performed, the number of hours
worked, and the hourly rate.
ii. Line items for all materials and equipment properly charged to the Services.
iii. Line items for all other approved reimbursable expenses claimed, with
supporting documentation.
iv. Line items for all approved subcontractor labor, supplies, equipment, materials,
and travel properly charged to the Services.
IV. The method of compensation shall be fixed fee in accordance with the specified tasks
and percentage of completion of each task. The total compensation for the Services
shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement.
V. Consultant’s billing rates for all personnel are attached as Exhibit C-1.
01203.0001/835260.1 D-3
01203.0001/835260.1 D-4
EXHIBIT “D
SCHEDULE OF PERFORMANCE
I. Consultant shall perform all services timely in accordance with the following
schedule:
TASK DURATION SEQUENCE
PHASE I
Task 0.1 6 Months Month 1 thru Month 6
Task 1.1 1 Month Month 1
Task 1.2 1 Month Month 2
Task 1.3 36 Months Month 3 thru Month 39
Task 2.1 3 Months Month 3 thru Month 5
Task 2.2 1 Month Month 6
Task 3 1 Month Months 4
Task 4 1 Months Months 4 thru Month 5
Task 5 1 Month Month 4
Task 20.0 4 Months Month 2 thru Month 5
Task 20.1 1 Month Month 2 thru Month 3
Task 20.2 2 Months Month 3 thru Month 4
Task 20.3 2 Months Month 4 thru Month 5
Notice to Proceed is projected to be issued October 1, 2025. For purposes of the schedule,
Month 1 is projected to be October 2025, while Month 6 would be March 2026.
II. Consultant shall deliver the following tangible work products to the City by the
following dates, assuming “notice to proceed date is on or around October 1, 2025
The deliverables for each task stated in Exhibit A, Part II shall be delivered by the
completion date of each task stated in Exhibit D, Part I, unless changes are mutually
agreed to by the City and Consultant.
01203.0001/835260.1 D-5
III. The Contract Officer may approve extensions for performance of the services in
accordance with Section 3.2. Any further extensions require City Council approval.
01203.0001/835260.1 D-6
APPENDIX
OPTIONAL PHASE II
+++++
SCOPE OF SERVICES
OPTIONAL PHASE II
Phase II is an optional phase.
The scope of work for Phase II is dependent upon information from Phase I;
therefore, the scope, schedule, and fee for Phase II cannot be determined at this time
and may be negotiated upon completion of Phase I or portions thereof.
VI. Phase II is expected to include the following services:
OPTIONAL PHASE II TASK 0 –PROJECT MANAGEMENT
Optional Phase II Task 0.2 – Phase 2 Project Management
The Project Management scope, schedule, and fee for optional Phase II task 0.2
shall be negotiated upon completion the non-optional tasks.
OPTIONAL PHASE II TASK 1 – DRAINAGE AND DEVELOPMENT STUDY
Optional Phase II Task 1.2.2 – Granular Assessment of Surface Fractures
A scope, schedule, and fee for a more granular assessment and identification of
surface fractures that may be beneficial in informing the size and extent of major
surface water migration pathways into the sub-surface may be negotiated upon
completion of Phase I Task 1.2.1; at which time there will be sufficient information
to scope the additional investigation, which may include additional investigations
such as additional field reconnaissance, field measurements, and/or field survey.
Optional Phase II Task 1.3.2 – Additional H&H Model Update with Flow
Monitoring and Model Calibration
Additional flow monitoring and model calibration beyond the initial three-year
period may be beneficial in further refining the model. Upon completion of Phase
I Task 1.3.1, sufficient information will be available to determine the additional
01203.0001/835260.1 D-7
timeframe for flow monitoring and model calibration, which could continue for
multiple additional years or in perpetuity.
A scope, schedule, and fee for the additional H&H model updates with flow
monitoring and model calibration beyond the initial three-year validation period
may be negotiated upon the completion of Phase I Task 1.3.1.
OPTIONAL PHASE II TASK 6 – CULTURAL RESOURCES STUDY
A cultural resources study for the selected preferred alternative in Phase I Task 2
may follow the completion of Phase I Task 4. The scope, schedule, and fee for a
cultural resources study may be negotiated upon completion of Phase I Task 4 to
fit the specific selected alternative needs.
A cultural resources study may include a records search to identify areas of
significance for Native American heritage and notify Tribal contacts that may have
further information regarding the Project area; field surveying of the project area
by a qualified archaeologist, and preparation of a cultural resources report in
accordance with Section 106 of the National Historic Preservation Act.
CEQA Initial Assessment including technical studies and other environmental
studies are excluded from the scope.
OPTIONAL PHASE II TASK 7 – FINAL CONCEPT REPORT, ENGINEERED
PLANS, SPECIFICATIONS, AND COST ESTIMATES
Preparation of a final concept report, engineered plans, specifications, and cost
estimates for the preferred alternative in Phase I Task 2 may follow the completion
of Phase I Task 2. The scope, schedule, and fee for preparation of engineered plans,
specifications, and estimates may be negotiated upon completion of Phase I Task 2
to fit the specific preferred alternative needs.
Optional Phase II Task 7.1 – Geotechnical/Geological Evaluation
The preparation of engineered plans, specifications, and cost may require
geotechnical/geological evaluation to support the design of proposed
improvements, and this evaluation may require general background geology and
geotechnical recommendations for proposed improvements. A geotechnical
analysis of available and existing relevant site information for the preferred
alternative may be necessary; including a desktop level evaluation that includes
assessment of groundwater levels, subsurface conditions, liquefaction
susceptibility, and other general geotechnical and soils parameters that can be
used as preliminary inputs to proposed improvements to facilitate future focused
assessments. This may require review of documents provided by the City as well as
publicly available information relevant to the assessment of the potential
geohazards such as the California Geologic Survey (CGS) Seismic Hazard Zone
Maps and Seismic Hazards Reports for the Site, CGS geologic and geohazard
online Maps, State Water Resources Control Board (SWRCB)’s GeoTracker online
database, Solid Waste Information Management System online database, available
Hazard Maps, and site-specific documents prepared by others for the City. Such
01203.0001/835260.1 D-8
information may be used to perform a desktop level assessment of potential
geohazards including strong ground shaking, surface fault rupture, landsliding and
slope stability, potential for expansive and collapsible soils, etc.
The completion of Phase I Task 2 will inform the scope of the geotechnical
evaluation, which may also require field investigations, laboratory analysis, etc.
The scope, schedule, and fee for the geotechnical evaluation may be negotiated
upon completion of Phase I Task 2 to fit the specific preferred alternative needs.
Optional Phase II Task 7.2 – Land Survey
The preparation of engineered plans, specifications, and cost estimates may require
a land survey to support the detailed design of the proposed improvements for the
preferred alternative.
The completion of Phase I Task 2 will inform the scope of the land survey. The
scope, schedule, and fee for the land survey may be negotiated upon completion of
Phase I Task 2 to fit the specific preferred alternative needs.
Optional Phase II Task 7.3 – Final Concept Report
The preparation of a final concept report for the preferred to support the design of
improvements for the preferred alternative.
The completion of Phase I Task 2 will inform the scope of the final concept report.
The scope, schedule, and fee of the final concept report may be negotiated upon
completion of Phase I Task 2 to fit the specific preferred alternative needs.
Optional Phase II Task 7.4 – Civil Engineering Design
The preparation of engineered plans, specifications, and cost estimates Geosyntec
may require preparation of 50%, 90%, and final plans civil engineering,
specifications, and cost estimates for the preferred alternative. Geosyntec may
provide general civil and minor structural design to develop construction
documents for permitting, contractor bidding, and construction.
Civil engineering plans may follow the “greenbook” specifications as the primary
technical specifications; may use the City “front-end” specifications and bid forms;
may use standard plans from the City or Standard Plans for Public Works
Construction; may use the Association for the Advancement of Cost Engineering
international recommended practices; and may further detail easement, utility, and
permitting efforts.
The completion of Phase I Task 2 will inform the scope of the civil engineering
design. The scope, schedule, and fee for the civil engineering design may be
negotiated upon completion of Phase I Task 2 to fit the specific preferred
alternative needs.
01203.0001/835260.1 D-9
OPTIONAL PHASE II TASK 8 – CONSTRUCTION PROCUREMENT
The completion of construction documents to solicit construction contractor bids
for the preferred alternative selected in Task may require the preparation of
construction procurement (bid) documents, responding to potential bid questions,
review of contractor bids, and recommendation of a construction contract award
for the City to execute.
The completion of Phase I Task 2 will inform the scope of construction
procurement. The scope, schedule, and fee for construction procurement may be
negotiated upon completion of Phase I Task 2 to fit the specific preferred
alternative needs.
OPTIONAL PHASE II TASK 21 – EXPANDED LANDSLIDE GEOPHYSICAL
INVESTIGATION
Based on the findings of Phase I Task 20, it may be beneficial to conduct a larger
scale, more comprehensive geophysical evaluation. Because the specific scope of a
larger scale, more comprehensive geophysical evaluation cannot be known until
completion of Phase I Task 20; the scope, schedule, and fee for Phase II Task 21
may be negotiated upon completion of Phase I Task 20 to fit the specific needs.
OPTIONAL PHASE II TASK 22 – TARGETED HIGH-RESOLUTION LANDSLIDE
GEOPHYSICAL SURVEYS
Based on the findings of Phase I Tasks 20 and 21, it may be beneficial to perform
additional targeted high-resolution surveys in specific areas of interest. Because
the specific scope of targeted high-resolution surveys cannot be known until
completion of Phase I Tasks 20 and 21; the scope, schedule, and fee for Phase II
Task 22 may be negotiated upon completion of Phase I Tasks 20 and 21 to fit the
specific needs.
OPTIONAL PHASE II TASK 23 – MODEL REFINEMENT FOR LANDSLIDE
GROUNDWATER FLOW
Based on the results of Phase I Task 20, 21, and 22, it may be beneficial to integrate
site data into groundwater modeling to simulate flow, evaluate dewatering options,
and inform slope stabilization. Because the specific scope of model refinement
cannot be known until completion of Phase I Task 20, 21, and 22; the scope,
schedule, and fee for Phase II Task 23 may be negotiated upon completion of Phase
I Task 20 to fit the specific needs.
01203.0001/835260.1 D-10
VII. As part of the Services, Consultant will prepare and deliver the following tangible work
products to the City:
Optional Phase II Task 0.2 – Phase 2 Project Management
a. To Be Negotiated
Optional Phase II Task 1.2.2 – Granular Assessment of Surface Fractures
a. To Be Negotiated
Optional Phase II Task 1.3.2 – Additional Hydrologic and Hydraulic Model Update
with Flow Monitoring and Model Calibration
a. To Be Negotiated
Optional Phase II Task 6 – Cultural Resources Study
a. To Be Negotiated
Optional Phase II Task 7 – Final Concept Report, Engineered Plans, Specifications,
and Cost Estimates
Optional Phase II Task 7.1 – Geotechnical/Geological Evaluation
a. To Be Negotiated
Optional Phase II Task 7.2 – Land Survey
a. To Be Negotiated
Optional Phase II Task 7.3 – Final Concept Report
a. To Be Negotiated
Optional Phase II Task 7.4 – Civil Engineering Design
01203.0001/835260.1 D-11
a. To Be Negotiated
Optional Phase II Task 8 – Construction Procurement
b. To Be Negotiated
Optional Phase II Task 21. Expanded Comprehensive Geophysical Study
a. To Be Negotiated
Optional Phase II Task 22. Expanded Comprehensive Geophysical Study
b. To Be Negotiated
Optional Phase II Task 23. Expanded Comprehensive Geophysical Study
c. To Be Negotiated
01203.0001/835260.1 D-12
SCHEDULE OF COMPENSATION
Consultant shall perform the following tasks at the following rates:
TASK FEE
Optional Phase II Task 0.2 To Be Negotiated
Optional Phase II Task 1.2.2 To Be Negotiated
Optional Phase II Task 1.3.2 To Be Negotiated
Optional Phase II Task 6 To Be Negotiated
Optional Phase II Task 7.1 To Be Negotiated
Optional Phase II Task 7.2 To Be Negotiated
Optional Phase II Task 7.3 To Be Negotiated
Optional Phase II Task 7.4 To Be Negotiated
Optional Phase II Task 8 To Be Negotiated
Optional Phase II Task 21 To Be Negotiated
Optional Phase II Task 22 To Be Negotiated
Optional Phase II Task 23 To Be Negotiated
01203.0001/835260.1 D-13
SCHEDULE OF PERFORMANCE
Consultant shall perform all services timely in accordance with the following schedule:
TASK DURATION SEQUENCE
Optional Phase II Task 0.2 To Be Negotiated
Optional Phase II Task 1.2.2 To Be Negotiated
Optional Phase II Task 1.3.2 To Be Negotiated
Optional Phase II Task 6 To Be Negotiated
Optional Phase II Task 7.1 To Be Negotiated
Optional Phase II Task 7.2 To Be Negotiated
Optional Phase II Task 7.3 To Be Negotiated
Optional Phase II Task 7.4 To Be Negotiated
Optional Phase II Task 8 To Be Negotiated
Optional Phase II Task 21 To Be Negotiated
Optional Phase II Task 22 To Be Negotiated
Optional Phase II Task 23 To Be Negotiated
01203.0001/835260.1 1
PROFESSIONAL SERVICES AGREEMENT
By and Between
CITY OF RANCHO PALOS VERDES
and
MCGEE SURVEYING CONSULTING
G-1
01203.0001/835260.1
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE CITY OF RANCHO PALOS VERDES AND
MCGEE SURVEYING CONSULTING
THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and
entered into on September 16, 2025 by and between the CITY OF RANCHO PALOS
VERDES, a California municipal corporation (“City”) and MICHAEL R. MCGEE, PLS, dba
MCGEE SURVEY CONSULTING, a sole proprietorship (“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.
G-2
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.
G-3
01203.0001/835260.1 3
(d) Payroll Records. Consultant shall comply with and be bound by the
provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to:
keep accurate payroll records and verify such records in writing under penalty of perjury, as
specified in Section 1776; certify and make such payroll records available for inspection as
provided by Section 1776; and inform the City of the location of the records.
(e) Apprentices. Consultant shall comply with and be bound by the provisions
of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8,
Section 200 et seq. concerning the employment of apprentices on public works projects.
Consultant shall be responsible for compliance with these aforementioned Sections for all
apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall
provide City with a copy of the information submitted to any applicable apprenticeship program.
Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of
its subconsultants shall submit to the City a verified statement of the journeyman and apprentice
hours performed under this Agreement.
(f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor
constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code
Section 1810.
(g) Penalties for Excess Hours. Consultant shall comply with and be bound by
the provisions of Labor Code Section 1813 concerning penalties for workers who work excess
hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each
worker employed in the performance of this Agreement by the Consultant or by any
subcontractor for each calendar day during which such worker is required or permitted to work
more than 8 (eight) hours in any one calendar day and 40 (forty) hours in any one calendar week
in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code.
Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of 8
(eight) hours per day, and 40 (forty) hours during any one week shall be permitted upon public
work upon compensation for all hours worked in excess of 8 hours per day at not less than one
and 1½ (one and one half) times the basic rate of pay.
(h) Workers’ Compensation. California Labor Code Sections 1860 and 3700
provide that every employer will be required to secure the payment of compensation to its
employees if it has employees. In accordance with the provisions of California Labor Code
Section 1861, Consultant certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract.”
Consultant’s Authorized Initials ________
(i) Consultant’s Responsibility for Subcontractors. For every subcontractor
who will perform work under this Agreement, Consultant shall be responsible for such
G-4
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
G-5
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
actual expenses, shall not exceed $285,240 (Two Hundred Eighty Five Thousand Two
G-6
01203.0001/835260.1 6
Hundred Forty 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
G-7
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”).
G-8
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 McGee Owner
(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.
G-9
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 than 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.
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
G-10
01203.0001/835260.1 10
expense during the term of this Agreement, policies of insurance of the type and amounts
described below and in a form satisfactory to City.
(a) General liability insurance. Consultant shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01,
in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily
injury, personal injury, and property damage. The policy must include contractual liability that
has not been amended. Any endorsement restricting standard ISO “insured contract” language
will not be accepted.
(b) Automobile liability insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury
and property damage for all activities of the Consultant arising out of or in connection with
Services to be performed under this Agreement, including coverage for any owned, hired, non-
owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each
accident.
(c) Professional liability (errors & omissions) insurance. Consultant shall
maintain professional liability insurance that covers the Services to be performed in connection
with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any
policy inception date, continuity date, or retroactive date must be before the effective date of this
Agreement and Consultant agrees to maintain continuous coverage through a period no less than
three (3) years after completion of the services required by this Agreement.
(d) Workers’ compensation insurance. Consultant shall maintain Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at
least $1,000,000).
(e) Subcontractors. Consultant shall include all subcontractors as insureds
under its policies or shall furnish separate certificates and certified endorsements for each
subcontractor. All coverages for subcontractors shall include all of the requirements stated
herein.
(f) Additional Insurance. Policies of such other insurance, as may be required
in the Special Requirements in Exhibit “B”.
5.2 General Insurance Requirements.
(a) Proof of insurance. Consultant shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a waiver of subrogation
endorsement for workers’ compensation. Insurance certificates and endorsements must be
approved by City’s Risk Manager prior to commencement of performance. Current certification
of insurance shall be kept on file with City at all times during the term of this Agreement. City
reserves the right to require complete, certified copies of all required insurance policies, at any
time.
G-11
01203.0001/835260.1 11
(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
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
G-12
01203.0001/835260.1 12
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.
(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.
G-13
01203.0001/835260.1 13
(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
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
G-14
01203.0001/835260.1 14
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
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
G-15
01203.0001/835260.1 15
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.
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
G-16
01203.0001/835260.1 16
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
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.
G-17
01203.0001/835260.1 17
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
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.
G-18
01203.0001/835260.1 18
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.
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,
G-19
01203.0001/835260.1 19
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.
9.4 Integration; Amendment.
This Agreement including the attachments hereto is the entire, complete and exclusive
expression of the understanding of the parties. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels
any and all previous negotiations, arrangements, agreements and understandings, if any, between
the parties, and none shall be used to interpret this Agreement. No amendment to or modification
of this Agreement shall be valid unless made in writing and approved by the Consultant and by
G-20
01203.0001/835260.1 20
the City Council. The parties agree that this requirement for written modifications cannot be
waived and that any attempted waiver shall be void.
9.5 Severability.
In the event that any one or more of the phrases, sentences, clauses, paragraphs, or
sections contained in this Agreement shall be declared invalid or unenforceable by a valid
judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall
not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out the intent
of the parties hereunder unless the invalid provision is so material that its invalidity deprives
either party of the basic benefit of their bargain or renders this Agreement meaningless.
9.6 Warranty & Representation of Non-Collusion.
No official, officer, or employee of City has any financial interest, direct or indirect, in
this Agreement, nor shall any official, officer, or employee of City participate in any decision
relating to this Agreement which may affect his/her financial interest or the financial interest of
any corporation, partnership, or association in which (s)he is directly or indirectly interested, or
in violation of any corporation, partnership, or association in which (s)he is directly or indirectly
interested, or in violation of any State or municipal statute or regulation. The determination of
“financial interest” shall be consistent with State law and shall not include interests found to be
“remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Consultant
warrants and represents that it has not paid or given, and will not pay or give, to any third party
including, but not limited to, any City official, officer, or employee, any money, consideration,
or other thing of value as a result or consequence of obtaining or being awarded any agreement.
Consultant further warrants and represents that (s)he/it has not engaged in any act(s),
omission(s), or other conduct or collusion that would result in the payment of any money,
consideration, or other thing of value to any third party including, but not limited to, any City
official, officer, or employee, as a result of consequence of obtaining or being awarded any
agreement. Consultant is aware of and understands that any such act(s), omission(s) or other
conduct resulting in such payment of money, consideration, or other thing of value will render
this Agreement void and of no force or effect.
Consultant’s Authorized Initials _______
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]
G-21
01203.0001/835260.1 21
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the date and year first-above written.
CITY:
CITY OF RANCHO PALOS VERDES, a
municipal corporation
David L. Bradley, Mayor
ATTEST:
Teresa Takaoka, City Clerk
APPROVED AS TO FORM:
ALESHIRE & WYNDER, LLP
William Wynder, City Attorney
CONSULTANT:
MICHAEL R. MCGEE, PLS, dba MCGEE
SURVEYING CONSULTING, a sole
proprietorship
By:
Name: Michael McGee
Title: Owner
Address: 5290 Overpass Road, Ste #107
Santa Barbara, CA 93111
Two corporate officer signatures required when Consultant is a corporation, with one signature required
from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2)
Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer.
G-22
01203.0001/835260.1 A-1
EXHIBIT “A”
SCOPE OF SERVICES
I. Consultant will perform the following survey services in connection with the Portuguese
Bend Emergency Landslide Stabilization Project (the Project):
a. On or around the beginning of each month, conduct a Monitoring Survey of
approximately 100 points.
b. On or around the mid-point of each month, conduct a Monitoring Survey
approximately 20 points as selected by the City.
c. Perform additional surveys, and related work as needed and directed by the City,
including but not limited to work pertaining to public infrastructure such as
sewers, storm drains and roadways.
The surveys shall reference Station PVE3 at Rancho Palos Verdes Civic Center, a
permanently fixed Continuously Operated GPS reference station to provide a connection
to the national grid. The datum and coordinate system shall be the National Geodetic
Survey's North American Datum of 1983, 2007.00 Epoch & Adjustment.
1 - Review reports and data for prior surveys, assess the present status of monitoring
points and plan the field campaign for the above surveys.
2 - Conduct reconnaissance to check site conditions, access, and perform maintenance as
necessary to preserve the monitoring points. The City will provide and maintain access
routes and will clear areas around points where foliage and trees obstruct the sky-view
which interfere with satellite signals causing a deterioration in measurement accuracy.
3 - Perform precise GNSS field surveys utilizing survey grade geodetic satellite receivers
to collect observations on the monitoring points and relate the survey to stable reference
stations noted above. Each monitoring point will be observed multiple times as necessary
to meet the applicable standard of accuracy and to obtain independent checks on the
quality of the measurements.
4 - Process and analyze the field observations, compare measurements to validate the
recovery of the reference frame, data analysis and QAQC followed by network
adjustments to determine the point movements and current NAD83, 2007.00 California
State Plane Coordinates and NAVD88 Elevations.
5 - Compile the results of the Monitoring Surveys, update and submit a spreadsheet
reporting the periodic movements and overall movements originating as far back as 2007.
The spreadsheet will be submitted within 15 days of completion of a survey described in
subsections I (a) and I (b) of this Exhibit.
G-23
01203.0001/835260.1 A-2
6 – Replace destroyed monitoring points and/or install additional monitoring points to
support the Project, as directed by the City. City direction may be supported by the
recommendations of the City Geologist, with input from the Consultant based on their
experience, site access limitations, site suitability for satellite observations, or other site
conditions.
II. As part of the Services, Consultant will prepare and deliver the following tangible work
products to the City:
A. See above.
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:
A. See above.
IV. All work product is subject to review and acceptance by the City, and must be revised by
the Consultant without additional charge to the City until found satisfactory and accepted
by City.
V. Consultant will utilize the following personnel to accomplish the Services:
A. Michael McGee (Responsible-in-charge)
B. Shane Wolters (Subcontractor, CA5, LLC)
G-24
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 2.2, Method of Compensation, is amended to read:
(a) The method of compensation may include: (i) a lump sum payment upon
completion; (ii) payment in accordance with specified tasks or the percentage of completion of
the services; (iii) payment for time and materials based upon the Consultant’s rates as specified
in the Schedule of Compensation, provided that (a) time estimates are provided for the
performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods
as may be specified in the Schedule of Compensation.
(b) A retention of 10% shall be held from each payment as a contract retention to be
paid as part of the final payment upon satisfactory and timely completion of services. This
retention shall not apply for on-call agreements for continuous services or for agreements for
scheduled routine maintenance of City property or City facilities.
II. Section 2.2, Invoices, is amended to read:
Each month Consultant shall furnish to City an original invoice, using the City template,
or in a format acceptable to the City, for all work performed and expenses incurred during the
preceding month in a form approved by City’s Director of Finance. By submitting an invoice for
payment under this Agreement, Consultant is certifying compliance with all provisions of the
Agreement. All invoices shall be prepared in accordance with Exhibit “C”. 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
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.
G-25
01203.0001/835260.1 C-1
EXHIBIT “C”
SCHEDULE OF COMPENSATION
I. Consultant shall perform the Services utilize staff in accordance with their proposal.
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.
III. The City will compensate Consultant for the Services performed upon submission of
a valid invoice. Each invoice is to include the following as applicable:
A. Lump sum fees in accordance with the Consultant’s proposal, and Exhibit “A”,
sections I (a) and I (b).
B Line items for all personnel describing the work performed, the number of hours
worked, and the hourly rate, as needed for work performed in accordance with
Exhibit “A”, section I (c).
C. Line items for all materials and equipment properly charged to the Services, as
needed for work performed in accordance with Exhibit “A”, section I (c).
D. Line items for all other approved reimbursable expenses claimed, with supporting
documentation, as needed for work performed in accordance with Exhibit “A”,
section I (c).
E. Line items for all approved subcontractor labor, supplies, equipment, materials,
and travel properly charged to the Services, as needed for work performed in
accordance with Exhibit “A”, section I (c).
IV. The total compensation for the Services shall not exceed the Contract Sum as
provided in Section 2.1 of this Agreement.
V. The Consultant’s billing rates for all personnel are attached as Exhibit C-1. NOT
APPLICABLE.
G-26
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”.
II. Consultant shall deliver the following tangible work products to the City by the
following dates
A. See Exhibit “A”
III. The Contract Officer may approve extensions for performance of the services in
accordance with Section 3.2. Any further extensions require City Council approval.
G-27
01203.0006 2038724.1
PUBLIC WORKS AGREEMENT
By and Between
CITY OF RANCHO PALOS VERDES
and
OCEAN BLUE ENVIRONMENTAL SERVICES, INC
H-1
01203.0006 2038724.1
AGREEMENT FOR PUBLIC WORKS SERVICES
BETWEEN THE CITY OF RANCHO PALOS VERDES AND
OCEAN BLUE ENVIRONMENTAL SERVICES, INC
THIS AGREEMENT FOR PUBLIC WORKS SERVICES (herein “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 OCEAN BLUE ENVIRONMENTAL SERVICES, INC. a
California corporation (“Contractor”). City and Contractor may be referred to, individually or
collectively, as “Party” or “Parties.”
RECITALS
A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the
performance of the services defined and described particularly in Article 1 of this Agreement.
B. Contractor, following submission of a proposal or bid for the performance of the
services defined and described particularly in Article 1 of this Agreement, was selected by the City
to perform those services.
C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to
enter into and execute this Agreement.
D. The Parties desire to formalize the selection of Contractor 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. WORK OF CONTRACTOR
1.1 Scope of Work.
In compliance with all terms and conditions of this Agreement, the Contractor shall
provide those services specified in the “Scope of Work” 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, Contractor
represents and warrants that it has the qualifications, experience, and facilities necessary to
properly perform the work required under this Agreement in a thorough, competent, and
professional manner, and is experienced in performing the work and services contemplated herein.
Contractor shall at all times faithfully, competently and to the best of its ability, experience and
talent, perform all services described herein. Contractor 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
H-2
01203.0006 2038724.1
Agreement, the phrase “highest professional standards” shall mean those standards of practice
recognized by one or more first-class firms performing similar work under similar circumstances.
1.2 Bid Documents.
In compliance with all terms and conditions of this Agreement, the Contractor shall
provide those services specified in the “Scope of Work” 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, Contractor
represents and warrants that it has the qualifications, experience, and facilities necessary to
properly perform the work required under this Agreement in a thorough, competent, and
professional manner, and is experienced in performing the work and services contemplated herein.
Contractor shall at all times faithfully, competently and to the best of its ability, experience and
talent, perform all services described herein. Contractor 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.
1.3 Compliance with Law.
Contractor 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 Compliance with California Labor Law.
(a) Public Work. The Parties acknowledge that the work to be
performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and
that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1
(commencing with Section 1720) of the California Labor Code relating to public works contracts
and the rules and regulations established by the Department of Industrial Relations (“DIR”)
implementing such statutes. The work performed under this Agreement is subject to compliance
monitoring and enforcement by the DIR. Contractor shall post job site notices, as prescribed by
regulation.
(b) Prevailing Wages. Contractor 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, Contractor acknowledges
receipt of a copy of the Department of Industrial Relations (DIR) determination of the prevailing
rate of per diem wages, and Contractor shall post a copy of the same at each job site where work
is performed under this Agreement.
(c) Penalty for Failure to Pay Prevailing Wages. Contractor shall
comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning
the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing
H-3
01203.0006 2038724.1
wages. The Contractor shall, as a penalty to the City, forfeit two hundred dollars ($200) for each
calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined
by the DIR for the work or craft in which the worker is employed for any public work done
pursuant to this Agreement by Contractor or by any subcontractor.
(d) Payroll Records. Contractor shall comply with and be bound by the
provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep
accurate payroll records and verify such records in writing under penalty of perjury, as specified
in Section 1776; certify and make such payroll records available for inspection as provided by
Section 1776; and inform the City of the location of the records.
(e) Apprentices. Contractor shall comply with and be bound by the
provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations
Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects.
Contractor shall be responsible for compliance with these aforementioned Sections for all
apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall
provide City with a copy of the information submitted to any applicable apprenticeship program.
Within sixty (60) days after concluding work pursuant to this Agreement, Contractor and each of
its subcontractors shall submit to the City a verified statement of the journeyman and apprentice
hours performed under this Agreement.
(f) Eight-Hour Work Day. Contractor acknowledges that eight (8)
hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor
Code Section 1810.
(g) Penalties for Excess Hours. Contractor shall comply with and be
bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work
excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for
each worker employed in the performance of this Agreement by the Contractor or by any
subcontractor for each calendar day during which such worker is required or permitted to work
more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week
in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant
to Labor Code section 1815, work performed by employees of Contractor in excess of eight (8)
hours per day, and forty (40) hours during any one week shall be permitted upon public work upon
compensation for all hours worked in excess of 8 hours per day at not less than one and one-half
(1½) times the basic rate of pay.
(h) Workers’ Compensation. California Labor Code Sections 1860 and
3700 provide that every employer will be required to secure the payment of compensation to its
employees if it has employees. In accordance with the provisions of California Labor Code Section
1861, Contractor certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require
every employer to be insured against liability for workers' compensation or to
undertake self-insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract.”
H-4
01203.0006 2038724.1
Contractor’s Authorized Initials ________
(i) Contractor’s Responsibility for Subcontractors. For every
subcontractor who will perform work under this Agreement, Contractor shall be responsible for
such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section
1720) of the California Labor Code, and shall make such compliance a requirement in any contract
with any subcontractor for work under this Agreement. Contractor shall be required to take all
actions necessary to enforce such contractual provisions and ensure subcontractor's compliance,
including without limitation, conducting a review of the certified payroll records of the
subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to
pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take
corrective action to halt or rectify any such failure by any subcontractor.
1.5 Licenses, Permits, Fees and Assessments.
Contractor shall obtain at its sole cost and expense such licenses, permits,
registrations, and approvals as may be required by law for the performance of the services required
by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and
taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are
necessary for the Contractor’s performance of the services required by this Agreement, and shall
indemnify, defend and hold harmless City, its officers, employees or agents of City, against any
such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City
hereunder.
1.6 Familiarity with Work.
(a) By executing this Agreement, Contractor warrants that Contractor
(i) has thoroughly investigated and considered the scope of work to be performed, (ii) has carefully
considered how the services should be performed, and (iii) fully understands the facilities,
difficulties and restrictions attending performance of the services under this Agreement. If the
services involve work upon any site, Contractor warrants that Contractor has or will investigate
the site and is or will be fully acquainted with the conditions there existing, prior to commencement
of services hereunder.
(b) Contractor shall promptly, and before the following conditions are
disturbed, notify the City, in writing, of any: (i) material Contractor believes may be hazardous
waste as defined in Section 25117 of the Health & Safety Code required to be removed to a Class
I, II, or III disposal site in accordance with existing law; (ii) subsurface, unknown or latent
conditions, materially different from those indicated; or (iii) unknown physical conditions at the
site of any unusual nature, different from those ordinarily encountered and generally recognized
as inherent in work of the character provided for in this Agreement, and will materially affect the
performance of the services hereunder.
(c) City shall promptly investigate the conditions, and if it finds that
the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase
in Contractor's cost of, or the time required for, performance of any part of the work, shall issue a
change order per Section 1.10 of this Agreement.
H-5
01203.0006 2038724.1
(d) In the event that a dispute arises between City and Contractor
whether the conditions materially differ, or involve hazardous waste, or cause a decrease or
increase in Contractor's cost of, or time required for, performance of any part of the work,
Contractor shall not be excused from any scheduled completion date set, but shall proceed with all
work to be performed under the Agreement. Contractor shall retain any and all rights provided
either by contract or by law, which pertain to the resolution of disputes and protests between the
contracting parties.
(e) City will compensate Contractor to the extent required by
Government Code Section 4215 by issuing a change order per Section 1.10 of this Agreement.
1.7 Protection and Care of Work and Materials.
The Contractor shall adopt reasonable methods, including providing and
maintaining storage facilities, 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 caused by City’s
own negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall
not, without City’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials
which have been installed or delivered and which may be necessary for the completion of the work.
1.8 Warranty.
Contractor warrants all work under the Agreement (which for purposes of this
Section shall be deemed to include unauthorized work which has not been removed and any
non-conforming materials incorporated into the work) to be of good quality and free from any
defective or faulty material and workmanship. Contractor agrees that for a period of one year (or
the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided
by any manufacturer or supplier of equipment or materials incorporated into the work, whichever
is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified
in writing by the City of any defect in the work or non-conformance of the work to the Agreement,
commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty
at its sole cost and expense. Contractor shall act as soon as requested by the City in response to an
emergency. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace
any portions of the work (or work of other contractors) damaged by its defective work or which
becomes damaged in the course of repairing or replacing defective work. For any work so
corrected, Contractor's obligation hereunder to correct defective work shall be reinstated for an
additional one year period, commencing with the date of acceptance of such corrected work.
Contractor shall perform such tests as the City may require to verify that any corrective actions,
including, without limitation, redesign, repairs, and replacements comply with the requirements of
the Agreement. All costs associated with such corrective actions and testing, including the
removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall
be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors,
suppliers and manufacturers with respect to any portion of the work, whether express or implied,
are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not
such warranties and guarantees have been transferred or assigned to the City by separate agreement
H-6
01203.0006 2038724.1
and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the
City. In the event that Contractor fails to perform its obligations under this Section, or under any
other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the
City shall have the right to correct and replace any defective or non-conforming work and any
work damaged by such work or the replacement or correction thereof at Contractor's sole expense.
Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon
demand.
1.9 Further Responsibilities of Parties.
Both parties agree to use reasonable care and diligence to perform their respective
obligations under this Agreement. Both parties agree to act in good faith to execute all instruments,
prepare all documents and take all actions as may be reasonably necessary to carry out the purposes
of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of
the other.
1.10 Additional Work and Change Orders.
(a) City shall have the right at any time during the performance of the
services, without invalidating this Agreement, to order extra work beyond that specified in the
Scope of Work or make changes 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
Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to
perform this Agreement, which said adjustments are subject to the written approval of the
Contractor (“Change Order”). All Change Orders must be signed by the Contractor and Contract
Officer prior to commencing the extra work thereunder.
(b) Any increase in compensation of up to ten percent (10%) of the
Contract Sum or $25,000, whichever is less; or any increase in the time to perform of up to one
hundred eighty (180) days; and does not materially affect the Work and which are not detrimental
to the Work or to the interest of the City, may be approved by the Contract Officer. Any greater
increases, taken either separately or cumulatively, must be approved by the City Council.
(c) Any adjustment in the Contract Sum for a Change Order must be in
accordance with the rates set forth in the Schedule of Compensation in Exhibit “C”. If the rates in
the Schedule of Compensation do not cover the type of work in the Change Order, the cost of such
work shall not exceed an amount agreed upon in writing and signed by Contractor and Contract
Officer. If the cost of the Change Order cannot be agreed upon, the City will pay for actual work
of the Change Order completed, to the satisfaction of the City, as follows:
(i) Labor: the cost of labor shall be the actual cost for wages of
workers and subcontractors performing the work for the Change Order at the time such work is
done. The use of labor classifications that would increase the cost of such work shall not be
permitted.
(ii) Materials and Equipment: the cost of materials and
equipment shall be at cost to Contractor or lowest current price which such materials and
equipment are reasonably available at the time the work is done, whichever is lower.
H-7
01203.0006 2038724.1
(iii) If the cost of the extra work cannot be agreed upon, the
Contractor must provide a daily report that includes invoices for labor, materials and equipment
costs for the work under the Change Order. The daily report must include: list of names of workers,
classifications, and hours worked; description and list of quantities of materials used; type of
equipment, size, identification number, and hours of operation, including loading and
transportation, if applicable; description of other City authorized services and expenditures in such
detail as the City may require. Failure to submit a daily report by the close of the next working day
may, at the City’s sole and absolute discretion, waive the Contractor’s rights for that day.
(d) It is expressly understood by Contractor that the provisions of this
Section 1.10 shall not apply to services specifically set forth in the Scope of Work. Contractor
hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope
of Work may be more costly or time consuming than Contractor anticipates and that Contractor
shall not be entitled to additional compensation therefor. City may in its sole and absolute
discretion have similar work done by other contractors.
(e) No claim for an increase in the Contract Sum or time for
performance shall be valid unless the procedures established in this Section are followed.
1.11 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 Contractor
the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and
incorporated herein by this reference. The total compensation, including reimbursement for actual
expenses, shall not exceed $1,400,000.00 (One Million Four Hundred Thousand Dollars) (the
“Contract Sum”), unless additional compensation is approved pursuant to Section 1.10.
2.2 Method of Compensation.
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 less the contract retention; (iii) payment for time and materials based upon the
Contractor’s rates as specified in the Schedule of Compensation, provided that (a) time estimates
are provided for the performance of sub tasks, (b) contract retention is maintained and (c) the
Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of
Compensation.
H-8
01203.0006 2038724.1
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 Contractor at all project meetings reasonably deemed necessary by the City.
Coordination of the performance of the work with City is a critical component of the services. If
Contractor is required to attend additional meetings to facilitate such coordination, Contractor shall
not be entitled to any additional compensation for attending said meetings.
2.4 Invoices.
Each month Contractor shall furnish to City an original invoice for all work
performed and expenses incurred during the preceding month in a form approved by City’s
Director of Finance. By submitting an invoice for payment under this Agreement, Contractor is
certifying compliance with all provisions of the Agreement. The invoice shall contain all
information specified in Exhibit “C”, and shall detail charges for all necessary and actual expenses
by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and
sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories.
Contractor shall not invoice City for any duplicate services performed by more than one person.
City shall, as soon as practicable, independently review each invoice submitted by
the Contractor to determine whether the work performed and expenses incurred are in compliance
with the provisions of this Agreement. Except as to any charges for work performed or expenses
incurred by Contractor which are disputed by City, or as provided in Section 7.3, City will cause
Contractor to be paid within thirty (30) days of receipt of Contractor’s correct and undisputed
invoice; however, Contractor 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 that City
does not cause Contractor to be paid within thirty (30) days of receipt of an undisputed and
properly submitted invoice, Contractor shall be entitled to the payment of interest to the extent
allowed under Public Contract Code Section 20104.50. In the event any charges or expenses are
disputed by City, the original invoice shall be returned by City to Contractor, not later than seven
(7) days after receipt by the City, for correction and resubmission. Returned invoices shall be
accompanied by a document setting forth in writing the reasons why the payment request was
rejected. Review and payment by the City of any invoice provided by the Contractor shall not
constitute a waiver of any rights or remedies provided herein or any applicable law.
2.5 Waiver.
Payment to Contractor for work performed pursuant to this Agreement shall not be deemed
to waive any defects in work performed by Contractor.
ARTICLE 3. PERFORMANCE SCHEDULE
3.1 Time of Essence.
Time is of the essence in the performance of this Agreement.
H-9
01203.0006 2038724.1
3.2 Schedule of Performance.
Contractor 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 Contractor, extensions to the time period(s) specified in the
Schedule of Performance may be approved in writing by the Contract Officer but not exceeding
one hundred eighty (180) 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 Contractor,
including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires,
earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars,
litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within
ten (10) days of the commencement of such delay notify the Contract Officer in writing of the
causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and
extend the time for performing the services for the period of the enforced delay when and if in the
judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall
be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled
to recover damages against the City for any delay in the performance of this Agreement, however
caused, Contractor’s sole remedy being extension of the Agreement pursuant to this Section.
3.4 Inspection and Final Acceptance.
City may inspect and accept or reject any of Contractor’s work under this
Agreement, either during performance or when completed. City shall reject or finally accept
Contractor’s work within forty-five (45) days after submitted to City. City shall accept work by a
timely written acceptance, otherwise work shall be deemed to have been rejected. City’s
acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such
gross mistakes as to amount to fraud. Acceptance of any work by City shall not constitute a waiver
of any of the provisions of this Agreement including, but not limited to, Articles 1 and 5, pertaining
to warranty and indemnification and insurance, respectively.
3.5 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 (1) year from the date hereof, except as otherwise provided in the Schedule of Performance
(Exhibit “D”).
H-10
01203.0006 2038724.1
ARTICLE 4. COORDINATION OF WORK
4.1 Representatives and Personnel of Contractor.
The following principals of Contractor (“Principals”) are hereby designated as
being the principals and representatives of Contractor authorized to act in its behalf with respect
to the work specified herein and make all decisions in connection therewith:
Justin Lee _______________ President ________________
(Name) (Title)
Moonho Lee _____________ Chief Financial Officer _____
(Name) (Title)
________________________ ________________________
(Name) (Title)
It is expressly understood that the experience, knowledge, capability and reputation
of the foregoing Principals were a substantial inducement for City to enter into this Agreement.
Therefore, the Principals shall be responsible during the term of this Agreement for directing all
activities of Contractor and devoting sufficient time to personally supervise the services hereunder.
All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive
direction and control of the Principals. For purposes of this Agreement, the Principals may not be
replaced nor may their responsibilities be substantially reduced by Contractor without the express
written approval of City. Additionally, Contractor shall make every reasonable effort to maintain
the stability and continuity of Contractor’s staff and subcontractors, if any, assigned to perform
the services required under this Agreement. Contractor shall notify City of any changes in
Contractor’s staff and subcontractors, if any, assigned to perform the services required under this
Agreement, prior to and during any such performance.
4.2 Status of Contractor.
Contractor shall have no authority to bind City in any manner, or to incur any
obligation, debt or liability of any kind on behalf of or against City, whether by contract or
otherwise, unless such authority is expressly conferred under this Agreement or is otherwise
expressly conferred in writing by City. Contractor shall not at any time or in any manner represent
that Contractor or any of Contractor’s officers, employees, or agents are in any manner officials,
officers, employees or agents of City. Neither Contractor, nor any of Contractor’s officers,
employees or agents, shall obtain any rights to retirement, health care or any other benefits which
may otherwise accrue to City’s employees. Contractor expressly waives any claim Contractor may
have to any such rights.
4.3 Contract Officer.
The Contract Officer shall be Juan Hernandez or such person as may be designated
by the City Manager. It shall be the Contractor’s responsibility to assure that the Contract Officer
is kept informed of the progress of the performance of the services and the Contractor shall refer
H-11
01203.0006 2038724.1
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 Contractor.
Neither the City nor any of its employees shall have any control over the manner,
mode or means by which Contractor, its agents or employees, perform the services required herein,
except as otherwise set forth herein. City shall have no voice in the selection, discharge,
supervision or control of Contractor’s employees, servants, representatives or agents, or in fixing
their number, compensation or hours of service. Contractor shall perform all services required
herein as an independent contractor of City and shall remain at all times as to City a wholly
independent contractor with only such obligations as are consistent with that role. Contractor shall
not at any time or in any manner represent that it or any of its agents or employees are agents or
employees of City. City shall not in any way or for any purpose become or be deemed to be a
partner of Contractor in its business or otherwise or a joint venturer or a member of any joint
enterprise with Contractor.
4.5 Prohibition Against Subcontracting or Assignment.
The experience, knowledge, capability and reputation of Contractor, its principals
and employees were a substantial inducement for the City to enter into this Agreement. Therefore,
Contractor shall not contract with any other entity to perform in whole or in part the services
required hereunder without the express written approval of the City. All subcontractors shall
obtain, at its or Contractor’s expense, such licenses, permits, registrations and approvals (including
from the City) as may be required by law for the performance of any services or work under this
Agreement. 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
than twenty five percent (25%) of the present ownership and/or control of Contractor, 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 Contractor or any surety of Contractor of any liability hereunder without the express
consent of City.
ARTICLE 5. INSURANCE, INDEMNIFICATION AND BONDS
5.1 Insurance Coverages.
Without limiting Contractor’s indemnification of City, and prior to commencement
of any services under this Agreement, Contractor shall obtain, provide and maintain at its own
expense during the term of this Agreement, policies of insurance of the type and amounts described
below and in a form satisfactory to City.
(a) General liability insurance. Contractor shall maintain commercial general
liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in
H-12
01203.0006 2038724.1
an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily
injury, personal injury, and property damage. The policy must include contractual liability that has
not been amended. Any endorsement restricting standard ISO “insured contract” language will not
be accepted. Additional Insurance as referenced in Section 5.2(a) below shall provide coverage for
both ongoing and completed operations, and shall provide for both a defense and indemnity of the
City.
(b) Automobile liability insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and
property damage for all activities of the Contractor arising out of or in connection with Services
to be performed under this Agreement, including coverage for any owned, hired, non-owned or
rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident.
(c) Professional liability (errors & omissions) insurance. Contractor shall
maintain professional liability insurance that covers the Services to be performed in connection
with this Agreement, in the minimum amount of $3,000,000 per claim and in the aggregate. Any
policy inception date, continuity date, or retroactive date must be before the effective date of this
Agreement and Contractor agrees to maintain continuous coverage through a period no less than
five (5) years after completion of the services required by this Agreement.
(d) Workers’ compensation insurance. Contractor shall maintain Workers’
Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at
least $1,000,000).
(e) Umbrella or excess liability insurance. Contractor shall obtain and maintain
an umbrella or excess liability insurance that will provide bodily injury, personal injury and
property damage liability coverage at least as broad as the primary coverages set forth above,
including commercial general liability and employer’s liability. Such policy or policies shall
include the following terms and conditions:
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies;
• Policies shall “follow form” to the underlying primary policies; and
• Insureds under primary policies shall also be insureds under the umbrella or
excess policies.
(f) Pollution liability insurance. Environmental Impairment Liability Insurance
shall be written on a Contractor’s Pollution Liability form, or other form acceptable to the City,
providing coverage for liability arising out of sudden, accidental and gradual pollution and
remediation. The policy limit shall be no less than $1,000,000 dollars per claim and in the
aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the
policy as “covered operations.” The policy shall provide coverage for the hauling of waste from
the project site to the final disposal location, including non-owned disposal sites.
H-13
01203.0006 2038724.1
(g) Builder’s risk insurance. Upon commencement of construction and with
approval of City, Contractor shall obtain and maintain builder’s risk insurance for the entire
duration of the Project until only the City has an insurable interest. The Builder’s Risk coverage
shall include the coverages as specified below.
The named insureds shall be Contractor and City, including its officers,
officials, employees, and agents. All Subcontractors (excluding those solely responsible for design
Work) of any tier and suppliers shall be included as additional insureds as their interests may
appear. Contractor shall not be required to maintain property insurance for any portion of the
Project following transfer of control thereof to City. The policy shall contain a provision that all
proceeds from the builder’s risk policy shall be made payable to the City. The City will act as a
fiduciary for all other interests in the Project.
Policy shall be provided for replacement value on an "all risk" basis for the
completed value of the project. There shall be no coinsurance penalty or provisional limit provision
in any such policy. Policy must include, where applicable: (1) coverage for any ensuing loss from
faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2)
coverage against machinery accidents and operational testing; (3) coverage for removal of debris,
and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all
other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent
rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by
the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value
of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or
supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value
of any property or equipment stored either on or off the Site or any staging area. Such insurance
shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be
submitted to the Agency prior to commencement of construction.
(h) Subcontractors. Contractor shall include all subcontractors as insureds
under its policies or shall furnish separate certificates and certified endorsements for each
subcontractor. All coverages for subcontractors shall include all of the requirements stated herein.
City shall be an additional insured on all subcontractor polices pursuant to this Section 5.1 and
Section 5.2 below.
(i) 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. Contractor shall provide additional insured
endorsements to City as evidence of the insurance coverage required herein, along with a waiver
of subrogation endorsement for workers’ compensation. Certificates of Insurance will not be
acceptable. Endorsements must be approved by City’s Risk Manager prior to commencement of
performance. Current Endorsements and Declarations pages 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. In the event the City makes such a request,
H-14
01203.0006 2038724.1
Contractor shall immediately provide the requested policies and provide any such Privacy Act
release required by the City to Contractor’s insurers relative to policy information.
(b) Duration of coverage. Unless a longer or shorter term is specified herein
with respect to a specific type of insurance, Contractor shall procure and maintain for the duration
of this Agreement all of the insurance required by this Agreement..
(c) Products/completed operations coverage. Products/completed operations
coverage shall extend a minimum of three (3) years after project completion. Coverage shall be
included on behalf of the insured for covered claims arising out of the actions of independent
contractors. If the insured is using subcontractors, the Policy must include work performed “by or
on behalf” of the insured. Policy shall contain no language that would invalidate or remove the
insurer’s duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy
shall specifically provide for a duty to defend on the part of the insurer. The City, its officials,
officers, agents, and employees, shall be included as additional insureds under the Products and
Completed Operations coverage.
(d) Primary/noncontributing. For insurance required by Section 5.1(a) and (b)
coverage provided by Contractor shall be primary and any insurance or self-insurance procured or
maintained by City shall not be required to contribute with it. The limits of insurance required
herein may be satisfied by a combination of primary and umbrella or excess insurance. Any
umbrella or excess insurance shall comply with the Proof of Insurance requirements of paragraph
5.2(a), and must contain or be endorsed to contain a provision that such coverage shall also apply
on a primary and non-contributory basis for the benefit of City before the City’s own insurance or
self-insurance shall be called upon to protect it as a named insured.
(e) City’s rights of enforcement. In the event any policy of insurance required
under this Agreement does not comply with these specifications or is canceled and not replaced,
City has the right but not the duty to obtain the insurance it deems necessary and any premium
paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient
to pay premium from Contractor payments. In the alternative, City may cancel this Agreement.
(f) 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.
(g) Waiver of subrogation. All insurance coverage maintained or procured
pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or
appointed officers, agents, officials, employees and volunteers or shall specifically allow
Contractor or others providing insurance evidence in compliance with these specifications to waive
their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against
City, and shall require similar written express waivers and insurance clauses from each of its
subcontractors.
H-15
01203.0006 2038724.1
(h) Enforcement of contract provisions (non-estoppel). Contractor
acknowledges and agrees that any actual or alleged failure on the part of the City to inform
Contractor of non-compliance with any requirement imposes no additional obligations on the City
nor does it waive any rights hereunder.
(i) Requirements not limiting. Requirements of specific coverage features or
limits contained in this section are not intended as a limitation on coverage, limits or other
requirements, or a waiver of any coverage normally provided by any insurance. Specific reference
to a given coverage feature is for purposes of clarification only as it pertains to a given issue and
is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or
a waiver of any type. If the Contractor maintains higher limits than the minimums shown above,
the City requires and shall be entitled to coverage for the higher limits maintained by the
Contractor. Any available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
(j) Notice of cancellation. Contractor agrees to oblige its insurance agent or
broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for
nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each
required coverage.
(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. Commercial General Liability and Automobile
policies shall contain a severability of interests provision must apply for all additional insureds
ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall
not contain any cross-liability exclusions.
(m) Pass through clause. Contractor agrees to ensure that its subconsultants,
subcontractors, and any other party involved with the project who is brought onto or involved in
the project by Contractor, provide the same minimum insurance coverage and endorsements
required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the requirements of
this section. Contractor agrees that upon request, all agreements with 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 Contractor ninety (90) days advance written notice of such change. If such change
results in substantial additional cost to the Contractor, the City and Contractor may renegotiate
Contractor’s compensation.
(o) Self-insured retentions. Any self-insured retentions must be declared to and
approved by City. City reserves the right to require that self-insured retentions be eliminated,
lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these
H-16
01203.0006 2038724.1
specifications unless approved by City. Contractor shall be responsible for immediately satisfying
any deductible, retained limit or self-insured retention in order for the City to be afforded an
immediate defense.
(p) Timely notice of claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from Contractor’s performance
under this Agreement, and that involve or may involve coverage under any of the required liability
policies. City’s failure to promptly tender defense directly to any insurer shall not be considered
“voluntary” within the meaning of any insurer’s “voluntary payments” clause or similar provision.
No defense costs or indemnity obligation incurred by the City in any matter arising from or related
to Contractor’s acts or omissions in the performance of this Agreement shall be considered
“voluntary.”
(q) Additional kinds of insurance. Contractor shall also procure and maintain,
at its own cost and expense, any additional kinds of insurance, which in its own judgment may be
necessary for its proper protection and prosecution of the work.
5.3 Indemnification.
To the full extent permitted by law, Contractor 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
Contractor, its officers, employees, agents, subcontractors, or invitees, or any individual or entity
for which Contractor is legally liable (“indemnitors”), or arising from Contractor’s or indemnitors’
reckless or willful misconduct, or arising from Contractor’s or indemnitors’ negligent performance
of or failure to perform any term, provision, covenant or condition of this Agreement, and in
connection therewith:
(a) Contractor will upon tender of defense by the City, immediately
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.
Contractor expressly waives any contention that an immediate defense obligation does not arise
pursuant to any provision of the California Civil Code and/or Crawford v. Weathershield (2008)
44 Cal.4th 541, or its progeny.
(b) Contractor 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 Contractor hereunder; and Contractor 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 Contractor for such damages or other
H-17
01203.0006 2038724.1
claims arising out of or in connection with the negligent performance of or failure to perform the
work, operation or activities of Contractor hereunder, Contractor 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.
In addition, Contractor agrees to indemnify, defend and hold harmless the
Indemnified Parties from, any and all claims and liabilities for any infringement of patent rights,
copyrights or trademark on any person or persons in consequence of the use by the Indemnified
Parties of articles to be supplied by Contractor under this Agreement, and of which the Contractor
is not the patentee or assignee or has not the lawful right to sell the same.
Contractor shall incorporate the provisions of this Section 5.3 in all indemnity
agreements with its subcontractors and if it fails to do so Contractor 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
Contractor in the performance of professional services and work 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 Contractor and shall survive termination of this Agreement.
5.4 Notification of Third-Party Claims.
City shall timely notify Contractor of the receipt of any third-party claim relating
to the work under this Agreement. City shall be entitled to recover from Contractor its reasonable
costs incurred in providing such notification.
5.5 Performance and Labor Bonds.
Concurrently with execution of this Agreement Contractor shall deliver to the City,
the following:
(a) A performance bond in the amount of the Contract Sum of this
Agreement, in the form provided by the City Clerk, which secures the faithful performance of this
Agreement.
(b) A labor and materials bond in the amount of the Contract Sum of
this Agreement, in the form provided by the City Clerk, which secures the payment of all persons
furnishing labor and/or materials in connection with the work under this Agreement.
Both the performance and labors bonds required under this Section 5.5 shall contain
the original notarized signature of an authorized officer of the surety and affixed thereto shall be a
certified and current copy of his power of attorney. The bond shall be unconditional and remain in
force during the entire term of the Agreement and shall be null and void only if the Contractor
H-18
01203.0006 2038724.1
promptly and faithfully performs all terms and conditions of this Agreement and pays all labor and
materials for work and services under this Agreement.
5.6 Sufficiency of Insurer or Surety.
Insurance and bonds required by this Agreement shall be satisfactory only if issued
by companies qualified to do business in California, rated “A” or better in the most recent edition
of Best’s Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a
financial category Class VII or better, unless such requirements are waived by the Risk Manager
of the City (“Risk Manager”) due to unique circumstances. If this Agreement continues for more
than 3 years duration, or in the event the Risk Manager determines that the work or services to be
performed under this Agreement creates an increased or decreased risk of loss to the City, the
Contractor agrees that the minimum limits of the insurance policies and the performance bond
required by Section 5.5 may be changed accordingly upon receipt of written notice from the Risk
Manager.
5.7 Substitution of Securities.
Pursuant to Public Contract Code Section 22300, substitution of eligible equivalent
securities for any funds withheld to ensure performance under this Agreement may be permitted
at the request and sole expense of the Contractor. Alternatively, the Contractor may, pursuant to
an escrow agreement in a form prescribed by Public Contract Code Section 22300, request
payment of retentions funds earned directly to the escrow agent at the sole expense of the
Contractor.
5.8 Release of Securities.
City shall release the Performance and Labor Bonds when the following have occurred:
(a) Contractor has made a written request for release and provided
evidence of satisfaction of all other requirements under Article 5 of this Agreement;
(b) the Work has been accepted; and
(c) after passage of the time within which lien claims are required to be
made pursuant to applicable laws; if lien claims have been timely filed, City shall hold the Labor
Bond until such claims have been resolved, Contractor has provided statutory bond, or otherwise
as required by applicable law.
ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION
6.1 Records.
Contractor shall keep, and require subcontractors to keep, such ledgers, books of
accounts, invoices, vouchers, canceled checks, reports, studies, certified and accurate copies of
payroll records in compliance with all applicable laws, or other documents relating to the
disbursements charged to City and services performed hereunder (the “books and records”), as
shall be necessary to perform the services required by this Agreement and enable the Contract
H-19
01203.0006 2038724.1
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 3 years
following completion of the services hereunder, and the City shall have access to such records in
the event any audit is required. In the event of dissolution of Contractor’s business, custody of the
books and records may be given to City, and access shall be provided by Contractor’s successor
in interest. Notwithstanding the above, the Contractor shall fully cooperate with the City in
providing access to the books and records if a public records request is made and disclosure is
required by law including but not limited to the California Public Records Act.
6.2 Reports.
Contractor shall periodically prepare and submit to the Contract Officer such
reports concerning the performance of the services required by this Agreement as the Contract
Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the
cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor
agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that
may or will materially increase or decrease the cost of the work or services contemplated herein
or, if Contractor is providing design services, the cost of the project being designed, Contractor
shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the
estimated increased or decreased cost related thereto and, if Contractor 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 Contractor, its employees, subcontractors and agents in the performance
of this 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 Contractor shall have no claim
for further employment or additional compensation as a result of the exercise by City of its full
rights of ownership use, reuse, or assignment of the documents and materials 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 Contractor will be at the City’s sole risk
and without liability to Contractor, and Contractor’s guarantee and warranties shall not extend to
such use, reuse or assignment. Contractor may retain copies of such documents for its own use.
Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors
shall provide for assignment to City of any documents or materials prepared by them, and in the
event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages
resulting therefrom. Moreover, Contractor with respect to any documents and materials that may
qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are
hereby deemed “works made for hire” for the City.
H-20
01203.0006 2038724.1
6.4 Confidentiality and Release of Information.
(a) information gained or work product produced by Contractor in
performance of this Agreement shall be considered confidential, unless such information is in the
public domain or already known to Contractor. Contractor shall not release or disclose any such
information or work product to persons or entities other than City without prior written
authorization from the Contract Officer.
(b) Contractor, 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
Contractor gives City notice of such court order or subpoena.
(c) If Contractor, or any officer, employee, agent or subcontractor of
Contractor, provides any information or work product in violation of this Agreement, then City
shall have the right to reimbursement and indemnity from Contractor for any damages, costs and
fees, including attorneys’ fees, caused by or incurred as a result of Contractor’s conduct.
(d) Contractor shall promptly notify City should Contractor, its officers,
employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of
deposition, request for documents, interrogatories, request for admissions or other discovery
request, court order or subpoena from any party regarding this Agreement and the work performed
there under. City retains the right, but has no obligation, to represent Contractor or be present at
any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and
to provide City with the opportunity to review any response to discovery requests provided by
Contractor. However, this right to review any such response does not imply or mean the right by
City to control, direct, or rewrite said response.
ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION
7.1 California Law.
This Agreement shall be interpreted, construed and governed both as to validity and
to performance of the parties in accordance with the laws of the State of California. Legal actions
concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be
instituted in the Superior Court of the County of Los Angeles, State of California, or any other
appropriate court in such county, and Contractor covenants and agrees to submit to the personal
jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District
Court, venue shall lie exclusively in the Central District of California, in the County of Los
Angeles, State of California.
7.2 Disputes.
(a) Default; Cure. In the event that Contractor is in default under the
terms of this Agreement, the City shall not have any obligation or duty to continue compensating
Contractor for any work performed after the date of default. Instead, the City may give notice to
H-21
01203.0006 2038724.1
Contractor of the default and the reasons for the default. The notice shall include the timeframe in
which Contractor may cure the default. This timeframe is presumptively thirty (30) days, but may
be extended, though not reduced, if circumstances warrant. During the period of time that
Contractor is in default, the City shall hold all invoices and shall proceed with payment on the
invoices only when the default is cured. 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 Contractor 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 Contractor’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.
(b) Dispute Resolution. This contract is subject to the provisions of
Article 1.5 (commencing at Section 20104) of Division 2, Part 3 of the California Public Contract
Code regarding the resolution of public works claims of less than $375,000. Article 1.5 mandates
certain procedures for the filing of claims and supporting documentation by the Contractor, for the
response to such claims by the City, for a mandatory meet and confer conference upon the request
of the Contractor, for mandatory non-binding mediation in the event litigation is commenced, and
for mandatory judicial arbitration upon the failure to resolve the dispute through mediation. This
Agreement hereby incorporates the provisions of Article 1.5 as though fully set forth herein.
7.3 Retention of Funds.
Contractor hereby authorizes City to deduct from any amount payable to Contractor
(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 Contractor’s acts or omissions in performing or failing to perform Contractor’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 Contractor, 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
Contractor 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
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 Contractor shall not constitute a waiver of any of
the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by
a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver.
Any waiver by either party of any default must be in writing and shall not be a waiver of any other
default concerning the same or any other provision of this Agreement.
H-22
01203.0006 2038724.1
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, Contractor shall file a 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 Liquidated Damages.
Since the determination of actual damages for any delay in performance of this
Agreement would be extremely difficult or impractical to determine in the event of a breach of
this Agreement, the Contractor and its sureties shall be liable, in addition to any liquidated damages
pursuant to paragraph 5.2(b) above, for and shall pay to the City the sum of Seven Hundred Fifty
Dollars ($750) as liquidated damages for each working day of delay in the performance of any
service required hereunder, as specified in the Schedule of Performance (Exhibit “D”). The City
may withhold from any monies payable on account of services performed by the Contractor any
accrued liquidated damages. Pursuant to Government Code Section 4215, Contractor shall not be
assessed liquidated damages for delay in completion of the project when such delay was caused
by the failure of the public agency or owner of the utility to provide for removal or relocation of
utility facilities.
7.8 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 fourteen (14) days’ written notice to
Contractor, except that where termination is due to the fault of the Contractor, the period of notice
may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor
reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60)
days’ written notice to City, except that where termination is due to the fault of the City, the period
of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of
termination, Contractor shall immediately cease all services hereunder except such as may be
specifically approved by the Contract Officer. Except where the Contractor has initiated
termination, the Contractor 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 the Contractor has initiated
H-23
01203.0006 2038724.1
termination, the Contractor shall be entitled to compensation only for the reasonable value of the
work product actually produced hereunder. In the event of termination without cause pursuant to
this Section, the terminating party need not provide the non-terminating party with the opportunity
to cure pursuant to Section 7.2.
7.9 Termination for Default of Contractor.
If termination is due to the failure of the Contractor to fulfill its obligations under
this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work
and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable
to the extent that the total cost for completion of the services required hereunder exceeds the
compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such
damages), and City may withhold any payments to the Contractor for the purpose of set-off or
partial payment of the amounts owed the City as previously stated.
7.10 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.
7.11 Unfair Business Practices Claims.
In entering into this Agreement, Contractor offers and agrees to assign to the City
all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton
Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700)
of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods,
services or materials related to this Agreement. This assignment shall be made and become
effective at the time the City renders final payment to the Contractor without further
acknowledgment of the Parties.
ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 Non-liability of City Officers and Employees.
No officer or employee of the City shall be personally liable to the Contractor, or
any successor in interest, in the event of any default or breach by the City or for any amount which
may become due to the Contractor or to its successor, or for breach of any obligation of the terms
of this Agreement.
H-24
01203.0006 2038724.1
8.2 Conflict of Interest.
Contractor covenants that neither it, nor any officer or principal of its firm, has or
shall acquire any interest, directly or indirectly, which would conflict in any manner with the
interests of City or which would in any way hinder Contractor’s performance of services under
this Agreement. Contractor further covenants that in the performance of this Agreement, no person
having any such interest shall be employed by it as an officer, employee, agent or subcontractor
without the express written consent of the Contract Officer. Contractor agrees to at all times avoid
conflicts of interest or the appearance of any conflicts of interest with the interests of City in the
performance of this Agreement.
No officer or employee of the City shall have any financial interest, direct or
indirect, in this Agreement nor shall any such officer or employee participate in any decision
relating to the Agreement which effects his financial interest or the financial interest of any
corporation, partnership or association in which he is, directly or indirectly, interested, in violation
of any State statute or regulation. The Contractor warrants that it has not paid or given and will not
pay or give any third party any money or other consideration for obtaining this Agreement.
8.3 Covenant Against Discrimination.
Contractor covenants that, by and for itself, its heirs, executors, assigns, and all
persons claiming under or through them, there shall be no discrimination against or segregation
of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual
orientation, marital status, national origin, ancestry, or other protected class in the performance of
this Agreement. Contractor shall take affirmative action to insure that applicants are employed and
that employees are treated during employment without regard to their race, color, creed, religion,
sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class.
8.4 Unauthorized Aliens.
Contractor hereby promises and agrees to comply with all of the provisions of the
Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection
therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ
such unauthorized aliens for the performance of work and/or services covered by this Agreement,
and should any liability or sanctions be imposed against City for such use of unauthorized aliens,
Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions
imposed, together with any and all costs, including attorneys' fees, incurred by City.
ARTICLE 9. MISCELLANEOUS PROVISIONS
9.1 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 Boulevard, Rancho Palos Verdes, CA 90275 and in the
case of the Contractor, to the person at the address designated on the execution page of this
H-25
01203.0006 2038724.1
Agreement. Either party may change its address by notifying the other party of the change of
address in writing. Notice shall be deemed communicated at the time personally delivered or in
seventy-two (72) hours from the time of mailing if mailed as provided in this Section. All
correspondence relating to this Agreement shall be serialized consecutively.
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.
9.4 Integration; Amendment.
This Agreement including the attachments hereto is the entire, complete and
exclusive expression of the understanding of the parties. It is understood that there are no oral
agreements between the parties hereto affecting this Agreement and this Agreement supersedes
and cancels any and all previous negotiations, arrangements, agreements and understandings, if
any, between the parties, and none shall be used to interpret this Agreement. No amendment to or
modification of this Agreement shall be valid unless made in writing and approved by the
Contractor and by the City Council. The parties agree that this requirement for written
modifications cannot be waived and that any attempted waiver shall be void.
9.5 Severability.
In the event that any one or more of the phrases, sentences, clauses, paragraphs, or
sections contained in this Agreement shall be declared invalid or unenforceable by a valid
judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall
not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this
Agreement which are hereby declared as severable and shall be interpreted to carry out the intent
of the parties hereunder unless the invalid provision is so material that its invalidity deprives either
party of the basic benefit of their bargain or renders this Agreement meaningless.
9.6 Warranty & Representation of Non-Collusion.
No official, officer, or employee of City has any financial interest, direct or indirect,
in this Agreement, nor shall any official, officer, or employee of City participate in any decision
relating to this Agreement which may affect his/her financial interest or the financial interest of
any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in
violation of any corporation, partnership, or association in which (s)he is directly or indirectly
interested, or in violation of any State or municipal statute or regulation. The determination of
“financial interest” shall be consistent with State law and shall not include interests found to be
“remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Contractor
warrants and represents that it has not paid or given, and will not pay or give, to any third party
H-26
01203.0006 2038724.1
including, but not limited to, any City official, officer, or employee, any money, consideration, or
other thing of value as a result or consequence of obtaining or being awarded any agreement.
Contractor further warrants and represents that (s)he/it has not engaged in any act(s), omission(s),
or other conduct or collusion that would result in the payment of any money, consideration, or
other thing of value to any third party including, but not limited to, any City official, officer, or
employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is
aware of and understands that any such act(s), omission(s) or other conduct resulting in such
payment of money, consideration, or other thing of value will render this Agreement void and of
no force or effect.
Contractor’s Authorized Initials _______
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) the entering into this Agreement does not
violate any provision of any other Agreement to which said party is bound. This Agreement shall
be binding upon the heirs, executors, administrators, successors and assigns of the parties.
[SIGNATURES ON FOLLOWING PAGE]
H-27
01203.0006 2038724.1
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the date and year first-above written.
CITY:
CITY OF RANCHO PALOS VERDES, a
municipal corporation
____________________________________
David L. Bradley, Mayor
ATTEST:
Teresa Takaoka, City Clerk
APPROVED AS TO FORM:
ALESHIRE & WYNDER, LLP
William Wynder, City Attorney
CONTRACTOR:
By: _________________________________
Name: Justin Lee
Title: President
By: _________________________________
Name: Moonho Lee
Title: Chief Financial Officer
Address: 925 West Easther Street
Long Beach, ,Ca 90813
Two corporate officer signatures required when Contractor is a corporation, with one signature required from
each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any
Assistant Secretary, Chief Financial Officer or any Assistant Treasurer.
H-28
01203.0006 2038724.1 A-1
EXHIBIT “A”
SCOPE OF WORK
I. Contractor shall perform all of the work and comply with all provisions of the
Agreement, and with the plans, specifications and other directions provided as part
of individual Task Orders executed for the project entitled Portuguese Bend
Emergency Landslide Stabilization Project (“the Project”) including any documents
or exhibits referenced therein.
II. The work shall proceed by Task or Phase (referred to as Task for convenience), the
scope of each of which will be provided by the City as soon as the parameters for each
Task are completed by the City (including any of its consultants). The following
process shall apply:
A. Each Task to be performed shall be set forth in a written request (“Request”)
provided by the City with a description of the work to be performed, and the time
desired for completion. All Tasks shall be carried out in conformity with all
provisions of this Agreement.
B. Following receipt of the Request, the Contractor shall prepare a “Task Proposal”
that includes the following components:
1. A written description of how the requested Task will be performed (“Task
Description”), including all components and subtasks required engineering,
and including any clarifications of the descriptions provided in the Request;
2. The costs to perform the task (“Task Budget”), including a detailed bid
schedule, to be developed using the critical path schedule methodology; and
based on agreed rates in Exhibit A-1, or as may otherwise be negotiated by
the parties.
3. The City may require a schedule for completion of a given task (“Task
Completion Schedule”), including a final completion date (“Task
Completion Date”).
4. Task Proposals, Task Budgets, and Task Completion Schedules shall be
developed while prior Tasks are in process, with the goal of continuous
construction on all phases of the Project.
C. The City shall approve the Task Proposal or require modifications in writing, and
the Contract officer shall issue a Notice to Proceed when a written agreement has
been reached on the Task Proposal.
D. The task shall be performed at a cost not exceeding the Task Budget, provided that
unknown conditions discovered following commencement of work, which could
have been discovered despite the Contractor’s due diligence, may be approved
pursuant to a change order.
H-29
01203.0006 2038724.1 A-2
E. Contractor shall complete the Task and deliver all deliverables to the City by the
Task Completion Date and in accordance with the Task Completion Schedule,
subject to any extension granted due to schedule impact generated by unknown
conditions discovered following commencement of work and approved pursuant to
a Change Order.
III. The Contractor may be considered one of multiple contractors (via separate
contracts) that may be engaged or utilized for the general scope of work specified
herein. The City will select a contractor for a specific Task based on one or more of
the following parameters:
A. The City’s selection of a contractor on a rotational list of on-call contractors while
endeavoring to assign work in a manner that is fair and equitable to all contractors.
B. The Contractor’s readiness to start the work within an appropriate timeframe.
C. The Contractor’s responsiveness to the City’s request for a Task Proposal.
D. The degree of success of negotiating the scope, budget and schedule of a given
Task.
E. The Contractor’s success in performing work under this Agreement.
IV. The City does not guarantee the issuance of a given Task or Tasks, or that the sum of
city-issued tasks will equal or exceed (by way of amendment or contract change order)
the not-to-exceed contract value.
V. Brief description of the work to be performed:
Contractor shall perform on-call environmental remediation and hazardous material
management services as directed by the City and in accordance with the terms and
conditions set forth in this Agreement. The Contractor shall furnish all labor, materials,
equipment, tools, transportation, and incidentals necessary to complete work in
conformance with applicable regulatory standards and contract specifications. The general
scope of the work shall include:
A. Environmental clean-up of contaminated soil and wastewater resulting from sanitary
sewer overflows, including the collection, transportation, and lawful disposal of
contaminated materials at facilities authorized to accept such waste.
B. Collection, handling, and proper disposal of hazardous waste generated by or collected
within the City in accordance with all applicable federal, state and local regulations.
Hazardous waste may include, but is not limited to, paints, batteries, chemicals, and
other materials designated by the City.
C. Mechanical removal of sewage overflows through the use of vacuum pumping and
hydro-jetting methods to clear sewer pits and associated piping infrastructure.
H-30
01203.0006 2038724.1 A-3
D. Cleaning and sanitation of public right-of-way and pedestrian sidewalks, including
steam cleaning or application of approved disinfectants, as necessary to restore sanitary
conditions.
E. Provision of other related services as required and authorized by the City.
I. Consultant must perform all Services in compliance with the following requirements:
A. Each task shall be requested by the Contract Officer with a description of the work to
be performed, and the time desired for completion. All tasks shall be carried out in
conformity with all provisions of this Agreement, unless the task is an emergency as
described below.
B. Consultant must prepare a written description of the requested tasks including all
components and subtasks; the costs to perform the task (“Task Budget”), using the
itemized fees in Exhibit “C”, Schedule of Compensation, whenever a requested task is
provided for in Exhibit “C”; explain how the cost was determined; and, a schedule for
completion of the task (“Task Completion Date”); which shall all collectively be
referred to as the “Task Proposal.”
C. The City’s Contract Officer shall in writing approve, modify or reject the Task
Proposal, and may issue a Notice to Proceed.
D. The task shall be performed at a cost not to exceed the Task Budget.
E. Consultant shall complete the task and deliver all deliverables to the City’s Contract
Officer by the Task Completion Date.
II. As part of the Services, Consultant will prepare and deliver the following tangible
work products to the City:
A. Waste Tear Ticket: Must be delivered to City following waste clean-up, for state
regulatory tracking. The report describes the amount of waste cleaned by Consultant,
measured in collected gallons.
B. Clean Up Report: Must be delivered to City following waste clean-up, for state
regulatory tracking. The report describes the incident, abatement/clean up action, and
final state of clean-up site.
III. In addition to the requirements of Section 6.2, during performance of the Services,
Consultant will keep the City updated of the status of performance by delivering the
following status reports:
A. Verbal updates hourly for status and completion of environmental clean-up efforts.
IV. All work products are 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.
H-31
01203.0006 2038724.1 A-4
V. Consultant will utilize the following personnel to accomplish the Services:
A. Chris Anguiano, Supervisor
B. Raul Sandoval, Supervisor
C. Henry Monge, Lead Technician
D. Jesus Castellanos, Lead Technician
E. Brandon Martinez, Lead Technician
F. Other personnel approved in writing by City’s Contract Officer.
H-32
01203.0006 2038724.1 C-1
EXHIBIT “B”
SPECIAL REQUIREMENTS
(Superseding Contract Boilerplate)
The Agreement is hereby amended as follows (deletions shown in strikethrough and additions
shown in bold italics):
1. Section 1.2, “Bid Documents,” is replaced with the following:
The Scope of Work shall include all provisions provided herein, including all
exhibits, the “General Provisions” and “Special Provisions” in the bid documents for the
project entitled Portuguese Bend Emergency Landslide Stabilization (the “Project”)
including any documents or exhibits referenced therein (collectively, “bid documents”), all
of which are incorporated herein by this reference. In the event of any inconsistency
between the terms of the bid documents and this Agreement, the terms of this Agreement
shall govern.
2. Section 1.4, “Compliance with California Labor Law,” Subsection (a) is amended as follows:
(a) Public Work. The Parties acknowledge that some of the work to be
performed under this Agreement is may be considered a “public work” as defined in Labor
Code Section 1720 and that this Agreement is therefore subject to the requirements of
Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor
Code relating to public works contracts and the rules and regulations established by the
Department of Industrial Relations (“DIR”) implementing such statutes. The work
performed under this Agreement is subject to compliance monitoring and enforcement by
the DIR. Contractor shall post job site notices, as prescribed by regulation.
3. 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,
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.
4. Section 1.7, “Protection and Care of Work and Materials,” is replaced with the following:
The Contractor shall adopt reasonable methods in light of the land movement
conditions where the work will occur, including providing and maintaining storage
facilities, during the life of 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
H-33
01203.0006 2038724.1 C-2
persons or property, until acceptance of the work by City, except such losses or damages
as caused by City’s own negligence. Stored materials shall be reasonably accessible for
inspection. Contractor shall not, without City’s consent, assign, sell, mortgage,
hypothecate, or remove equipment or materials which have been installed or delivered and
which may be necessary for the completion of the work.
5. Section 1.8, “Warranty,” is replaced with the following:
Contractor warrants all work under the Agreement (which for purposes of this
Section shall be deemed to include unauthorized work which has not been removed and
any non-conforming materials incorporated into the work) to be of good quality and free
from any defective or faulty material and workmanship. Materials, equipment, or work
product damaged by land movement shall not be subject to the warranty provisions of
this section, so long as such materials, equipment, or work product were not defective at
the time they were installed or completed. Contractor agrees that for a period of one year
(or the period of time specified elsewhere in the Agreement or in any guarantee or warranty
provided by any manufacturer or supplier of equipment or materials incorporated into the
work, whichever is later) after the date of final acceptance, Contractor shall within ten (10)
days after being notified in writing by the City of any defect in the work or
non-conformance of the work to the Agreement, commence and prosecute with due
diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense.
Contractor shall act as soon as requested by the City in response to an emergency. In
addition, Contractor shall, at its sole cost and expense, repair, remove and replace any
portions of the work (or work of other contractors) damaged by its defective work or which
becomes damaged in the course of repairing or replacing defective work. For any work so
corrected, Contractor's obligation hereunder to correct defective work shall be reinstated
for an additional one year period, commencing with the date of acceptance of such
corrected work. Contractor shall perform such tests as the City may require to verify that
any corrective actions, including, without limitation, redesign, repairs, and replacements
comply with the requirements of the Agreement. All costs associated with such corrective
actions and testing, including the removal, replacement, and reinstitution of equipment and
materials necessary to gain access, shall be the sole responsibility of the Contractor. All
warranties and guarantees of subcontractors, suppliers and manufacturers with respect to
any portion of the work, whether express or implied, are deemed to be obtained by
Contractor for the benefit of the City, regardless of whether or not such warranties and
guarantees have been transferred or assigned to the City by separate agreement and
Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the
City. In the event that Contractor fails to perform its obligations under this Section, or
under any other warranty or guaranty under this Agreement, to the reasonable satisfaction
of the City, the City shall have the right to correct and replace any defective or
non-conforming work and any work damaged by such work or the replacement or
correction thereof at Contractor's sole expense. Contractor shall be obligated to fully
reimburse the City for any expenses incurred hereunder upon demand.
6. Subsection (c) of Section 5.1, “Insurance,” is hereby waived.
H-34
01203.0006 2038724.1 C-3
7. Subsection (c) of Section 5.3, “Indemnification,” is replaced with the following:
(c) In the event the City, its officers, agents or employees is made a party to
any action or proceeding filed or prosecuted against Contractor 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 Contractor hereunder, Contractor 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.
In addition, Contractor agrees to indemnify, defend and hold harmless the
Indemnified Parties from, any and all claims and liabilities for any infringement of patent
rights, copyrights or trademark on any person or persons in consequence of the use by the
Indemnified Parties of articles to be supplied by Contractor under this Agreement, and of
which the Contractor is not the patentee or assignee or has not the lawful right to sell the
same.
Contractor shall incorporate the provisions of this Section 5.3 in all indemnity
agreements with its subcontractors and if it fails to do so Contractor 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 Contractor in the performance of professional services
and work 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 Contractor and shall survive termination of this Agreement.
Contractor’s duty to indemnify and hold harmless shall not extend to any impact
that the Contractor’s operations may have on the land movement, except to the extent
such impacts are due to the negligence of Contractor.
8. Section 5.5, “Performance and Labor Bonds,” is hereby removed.
9. Section 5.6, “Sufficiency of Insurer or Surety,” is replaced with the following:
Insurance and bonds required by this Agreement shall be satisfactory only if issued
by companies qualified to do business in California, rated “A” or better in the most recent
edition of Best’s Rating Guide, The Key Rating Guide or in the Federal Register, and only
if they are of a financial category Class VII or better, unless such requirements are waived
by the Risk Manager of the City (“Risk Manager”) due to unique circumstances. If this
H-35
01203.0006 2038724.1 C-4
Agreement continues for more than 3 years duration, or in the event the Risk Manager
determines that the work or services to be performed under this Agreement creates an
increased or decreased risk of loss to the City, the Contractor agrees that the minimum
limits of the insurance policies and the performance bond required by Section 5.5 may be
changed accordingly upon receipt of written notice from the Risk Manager.
10. Section 5.8, “Release of Securities,” is hereby removed.
11. Section 7.7, “Liquidated Damages,” is replaced with the following:
Since the determination of actual damages for any delay in performance of this
Agreement would be extremely difficult or impractical to determine in the event of a breach
of this Agreement, the Contractor and its sureties shall be liable,, in addition to any
liquidated damages pursuant to paragraph 5.2(b) above, for and shall pay to the City the
sum of Five Hundred Dollars ($500) as liquidated damages for each working day of delay
in the performance of any service required hereunder, as specified in the Schedule of
Performance (Exhibit “D”) and the schedule included in any Task Order, on a Task Order
basis. The City may withhold from any monies payable on account of services performed
by the Contractor any accrued liquidated damages. Pursuant to Government Code Section
4215, Contractor shall not be assessed liquidated damages for delay in completion of the
project when such delay was caused by the failure of the public agency or owner of the
utility to provide for removal or relocation of utility facilities. Liquidated damages will be
capped at five percent (5%) of each affected task order amount, as that amount may be
updated.
H-36
01203.0006 2038724.1 C-5
EXHIBIT “C”
SCHEDULE OF COMPENSATION
I. Contractor shall perform all work at the rates on the Bid Sheet submitted as part of
Contractor’s Proposal, and listed below:
A. Definitions:
Straight Time: Monday thru Friday, From 7:00 AM to 4:00 PM
Overtime: Monday thru Friday, before 7:00 AM and after 4:00 PM, and
all day on Saturday(s)
Premium Time: Sundays and Holidays1
1 Holidays observed are as follows: New Year’s Day, Labor Day, Martin Luther
King Day, Presidents Day, Veterans Day, Memorial Day, Fourth of July,
Thanksgiving Day, Day after Thanksgiving, Columbus Day, Christmas
B. Minimum Charges: Four (4) hour minimum charges will apply to all task order
assignments. Portal to portal rates apply. Time charges shall include, personnel,
equipment and materials for preparation, mobilization, travel to and from the site,
demobilization, decontamination, transportation and unloading.
C. Should the work be considered prevailing wage, Ocean blue charges an additional
+$40 per hour on labor only.
D. Disposal and Outside Costs: All disposal, services, non-heavy equipment rents, and
materials not on the rate sheet shall be billed at cost plus twenty (20) percent
handling charge. Heavy equipment rental shall be billed at cost plus twenty-five
(25) percent handling charge.
E. Payment Terms: All terms are net-thirty (30) days upon receipt of invoice, unless
previous arrangements are made between the City and the Contractor.
HAZARDOUS WASTE-TRAINED PERSONNEL
HOURLY RATES
CLASSIFICATION ST OT PT
Project Manager $ 153.73 $ 201.55 $ 201.55
Supervisor $ 118.31 $ 141.24 $ 161.61
Chemist / Industrial Hygienist $ 235.69 $ 269.72 $ 269.72
Lead Technician $ 81.96 $ 119.47 $ 155.94
Equipment Operator $ 78.61 $ 118.31 $ 151.42
Technician $ 74.09 $ 104.77 $ 136.61
Ilwu (Int. Longshore & Whse Union) Tech $ 103.61 $ 154.78 $ 208.27
H-37
01203.0006 2038724.1 C-6
CERTIFIED HAZARDOUS WASTE TRANSPORTATION VEHICLES
Description Hourly Rates
Utility Truck 4x4 W/Traffic Control Lights & Liftgate $ 64.95
Gear Truck W/ Liftgate $ 64.95
Emergency Response Unit - Large $ 301.68
Emergency Response Unit - Small $ 209.53
Crew Van $ 56.85
Bob Cat W/Solid Tires $ 70.61
Vacuum Trailer - 20 Bbl $ 70.61
Vacuum Truck - 70 Bbl W/ Roper Pump* $ 173.07
Vacuum Truck - 120 Bbl* $ 198.07
Vacuum Truck - 120 Bbl Stainless Steel* $ 224.34
Air Excavator* $ 173.07
Hydro Excavator* $ 321.12
Omni Vac - 85 Bbl* $ 321.12
Jetter / Vactor Combo Unit* $ 321.12
Roll-Off Truck* $ 173.07
Roll-Off Truck And Trailer* $ 198.07
Dump Truck - 10 Wheel* $ 121.78
Trash Compactor* $ 241.25
25' Box Van* $ 121.78
45' Box Van* $ 173.07
45' Flat Bed* $ 173.07
25' Equipment Trailer $ 45.50
Street Sweeper $ 113.91
* Denotes equipment including operator. Any required overtime and/or premium time associated with the listed
equipment shall be charged additional $29.00 and $39.00 per hour respectively.
RESPIRATORY / CONFINED SPACE ENTRY EQUIPMENT
Description Rates
Self-Contained Breathing Apparatus (30 Min.) $ 176.42 Daily
6-Pack Breathing Air Bottles $ 354.00 Daily
5-Minute Egress Air Bottle $ 50.13 Daily
Tripod W/Double Winches $ 316.39 Daily
Full Body Harness W/ Shock Absorber $ 45.50 Daily
Coppus Blower $ 256.19 Daily
4-Gas Air Monitor $ 388.27 Daily
Pid Meter $ 537.26 Daily
Mercury Vapor Analyzer $ 672.81 Daily
Ova Monitor $ 470.23 Daily
Personal 4 Gas Meter $ 321.12 Daily
Electric Blower $ 103.61 Daily
H-38
01203.0006 2038724.1 C-7
TRAFFIC CONTROL
Description Rates
Arrow Board $ 288.14 Daily
Portable Decon Station W/Arrowboard $ 384.92 Daily
Barricades W/ Reflectors, Each $ 42.26 Daily
Delineator/Reflective, Each $ 2.32 Daily
No Turn Right Or Left Signs, Each $ 20.50 Daily
Traffic Cone/Reflective, Each $ 3.48 Daily
Traffic Control Signs 48"X48"/Reflective $ 47.82 Daily
CLEANING EQUIPMENT
Description Rates
Air Compressor $ 54.64 Hourly
Chemical Diaphragm Pump $ 404.13 Daily
Decontamination Station $ 275.52 Daily
Diaphragm Pump $ 289.17 Daily
Suction/Discharge Hose (Per Foot) $ 1.16 Daily
Layflat Hose (Per Foot) $ 1.16 Daily
Hydroblaster $ 101.29 Hourly
Intrisically Safe Pump For Fuel Tanks $ 141.24 Daily
Pressure Washer - 1,000 Psi 22 Gpm $ 91.11 Hourly
Pressure Washer - 3,500 Psi 6 Gpm $ 78.61 Hourly
Engine Driven Pumps $ 663.21 Daily
Portable Trash Pump $ 269.72 Daily
Submersible Pump $ 239.17 Daily
Air Scrubers Portable $ 224.34 Daily
Hepa Filters For Scrubbers $ 167.39 Each
55 Gallon Carbon Scrubber For Vac Trucks $ 256.19 Daily
3 Stall Decontamination Shower $ 384.92 Daily
PORTABLE STORAGE UNITS
Description Rates
20-Yard Bin, Open Top $ 33.00 Daily
20-Yard Bin, Closed Top $ 39.83 Daily
40-Yard Bin, Open Top $ 33.00 Daily
40-Yard Bin, Closed Top $ 42.26 Daily
4" Tank Manifold $ 25.00 Daily
Bin Liners $ 68.30 Each
OIL SPILL EQUIPMENT
Description Rates
20' Drum & Supply Trailer W/ 4' Sides & 12,000 Gvw $ 269.72 Daily
BOOM TRAILER (STANDBY) W/ 1500' OF 8"X12" BOOM $ 201.55 Daily
BOOM 8"X12" (DEPLOYED) $ 2.32 /Ft/Day
BOOM 4"X12" (DEPLOYED) $ 1.16 /Ft/Day
22' Tow/Spill Control Boat W/ 200 Hp Motor $ 173.07 Hourly
H-39
01203.0006 2038724.1 C-8
OIL SPILL EQUIPMENT
Description Rates
22' X 8' SELF POWERED BARGE $ 116.12 Hourly
19' Tool Spill Boat W/90hp $ 116.12 Hourly
17' Tow/Spill Control Boat W/ 40 Hp Motor $ 96.78 Hourly
14' Tow/Spill Control Boat W/ 25 Hp Motor $ 76.29 Hourly
12' Punts $ 45.50 Hourly
12' Punts W/ 5hp Motor $ 56.85 Hourly
Splash Zone 2-Part Sealer $ 211.73 / Gallon
25 Lbs Anchors W/ 15' Chain $ 19.34 Daily
15 Lbs Anchors W/ 10' Chain $ 13.66 Daily
24" Boeys $ 19.34 Daily
Emergency Response Trailer $ 605.67 Daily
Rope Mop Skimmer $ 201.55 Hourly
Drum Skimmer Tds-136 W/ Power Pack $ 269.72 Hourly
Skim-Pak Series 4000 W/ Control System $ 81.96 Hourly
Skimmer Trailer $ 269.72 Daily
Absorbent Boom Trailer $ 201.55 Daily
Atv (All Terrain Vehicle) W/Trailer $ 351.69 Daily
Forklift Trailer $ 127.58 Daily
MATERIALS
Description Rates
10 Gallon Dot Drum, Steel $ 64.95 Each
15 Gallon Dot Drum, Poly $ 64.95 Each
16 Gallon Dot Drum, Steel $ 64.95 Each
20 Gallon Dot Drum, Steel $ 68.30 Each
30 Gallon Dot Drum, Poly $ 68.30 Each
30 Gallon Dot Drum, Steel $ 68.30 Each
5 Gallon Dot Drum $ 23.97 Each
55 Gallon Dot Drum, Poly $ 79.77 Each
55 Gallon Dot Drum, Steel $ 78.61 Each
55 Gallon Dot Drum, Bio $ 51.17 Each
85 Gallon Drum, Overpak, Steel $ 288.14 Each
95 Gallon Drum, Overpak, Poly $ 288.14 Each
Acid Spilfyter Neutralizer Per Gallon $ 100.25 Each
Base Spilfyter Neutralizer Per Gallon $ 100.25 Each
Bio-Solve (Hydrocarbon Encapsulant) $ 47.82 / Gallon
Bleach $ 5.79 / Gallon
Chemical Poly Totes $ 415.47 Each
Chlor-D-Tect Q4000 $ 23.97 Each
Citri-Clean, 55 Gallon $ 1,075.89 / Drum
Diesel Fuel (Equipment) $ 6.84 / Gallon
Drum Liner $ 3.48 Each
Duct Tape $ 7.88 / Roll
Face Shield $ 17.14 Each
Hand Auger $ 112.75 Daily
H-40
01203.0006 2038724.1 C-9
MATERIALS
Description Rates
Hepa Vacuum Filter Protectors $ 26.17 Each
Hepa Vacuum Replacement Bags $ 26.17 Each
Oil Sorbent Pom Poms $ 74.09 / Bale
Plastic Bags $ 96.78 / Box
Plastic Sheeting $ 96.78 / Roll
Rags, 50 Lb Box $ 87.75 / Box
Rope 1/2 Poly, 100' Roll $ 42.26 / Roll
Rope 5/8 Poly, 100' Spool $ 47.82 / Roll
Sample Jars - 1qt $ 17.14 Each
Sand Bags $ 4.53 Each
Shrink Wrap $ 39.83 Roll
Simple Green $ 17.14 / Gal
Soda Ash $ 7.88 / Gal
Sorbent Boom W/ Jelling Material $ 537.26 / Bale
Sorbent Boom, 8"X10" $ 70.61 Each
Sorbent Pads 18"X18"X1/4" (200/Bale) $ 116.12 / Bale
Superfine, 25 Lb Bag $ 23.97 / Bag
Triwall Boxes $ 201.55 Each
Vactor Flex Hose 4" $ 2.32 / Foot
Vactor Flex Hose 6" $ 3.48 / Foot
TOOLS AND OTHER EQUIPMENT
Description Rates
Bio-Hazard "Blood" Spill Kit $ 134.41 Each
Boat Hooks 3'-9' Telescoping $ 9.16 Daily
Bobcat Sweeper Attachment $ 284.67 Daily
Chest Waders $ 79.77 Daily
14 Portable Gas Powered Abrasive Saw $ 192.40 Daily
Com-A-Long - 4000 Lbs $ 7.88 Daily
Cutting Torch $ 194.61 Daily
Drum Sampling Rod (Glass) $ 9.16 Each
Drum Vacuum - 55 Gallon $ 154.78 Daily
Extension Ladder $ 17.14 Daily
Eyewash Station $ 42.26 Daily
Fire Protection Suit (1500 Degree Protection Facto $ 288.14 Daily
Fork Lift $ 284.67 Daily
Generator, 10kv Trailer Mounted $ 45.50 Hourly
Generator, 5500 Watts $ 160.57 Daily
Hand Tools $ 68.30 Daily
Hand Washing Station $ 64.95 Daily
Haz-Cat Kit $ 26.17 / Test
Heavy Duty Jetter Nozzles $ 305.04 Daily
Hepa Vacuum (Dry) $ 201.55 Daily
Hip Waders $ 68.30 Daily
Hudson Sprayer $ 26.17 Daily
H-41
01203.0006 2038724.1 C-10
TOOLS AND OTHER EQUIPMENT
Description Rates
Jack Hammer 90 Lbs $ 160.57 Daily
Life Jackets $ 20.50 Daily
Light Stand (2 Bulbs) $ 47.82 Daily
Light Tower (4 Bulbs) $ 384.92 Daily
Meals On Spills $ 9.16 Each
Mercury Vacuum $ 672.81 Daily
Non-Sparking Cold Cutter / Rivet Buster $ 127.58 Daily
Non-Sparking Cold Cutter Tips $ 39.83 Each
Per Diem Allowance On Travel $ 211.73 Daily
Picks "Miners" $ 3.48 Daily
Plug & Dike, 1 Lb Can $ 33.00 Each
Poly Siphon (Pogo) Pump $ 25.00 Each
Portable Restroom W/Sink $ 201.55 Daily
Profiling Fee (Per Waste Stream) $ 101.29 Each
Radio 2-Way, Intrinsically Safe $ 53.60 Daily
Sawzall $ 106.96 Daily
Skil Saw $ 47.82 Daily
Steel Spikes, 36" $ 6.84 Daily
Transfer Hoses, 1 - 4" $ 56.85 Daily
Truck Ramps (30,000 Lbs) $ 384.92 Daily
Vapor Tight Drop Lights $ 201.55 Daily
Ventilation Fan $ 154.78 Daily
Water Meter $ 336.99 Daily
Water Tank Trailer W/ Pump $ 455.41 Daily
Drum Dolly $ 31.84 Daily
PERSONAL PROTECTIVE EQUIPMENT (PPE)
Description Rates
Level "A" - Fully Encapsulated Gas-Tight Suit With Scba $ 639.83 / Set
Level "B" - Poly-Tyvek Through Fully Encapsulated Suit, But Not Gas Tight
W/Scba $ 201.55 / Set
Level "C" - Tyvek Through Saranex Suit W/ Air Purifying Respirator $ 87.75 / Set
Level "D" - Tyvek, Poly-Tyvek, Coverall Or Raingear Suit With Gloves, Boots,
Hardhat And Safety Glasses $ 42.26 / Set
II. Within the budgeted amounts for each item on the Bid Sheet, and with the approval of the
Contract Officer, funds may be shifted from one item’s subbudget to another so long as
the Contract Sum is not exceeded per Section 2.1, unless Additional Work is approved
per Section 1.10.
H-42
01203.0006 2038724.1 C-11
III. The City will compensate Contractor 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 including itemized receipts or supplier invoices with actual
prices paid by the Contractor.
C. Line item for all equipment properly charged to the Services.
D. Line items for all other approved reimbursable expenses claimed, with supporting
documentation.
E. 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 $1,280,000 as provided in
Section 2.1 of this Agreement.
H-43
01203.0006 2038724.1 D-1
EXHIBIT “D”
SCHEDULE OF PERFORMANCE
I. Contractor shall perform all work (the sum of City-issued Task Orders) within the
durations specified in the Agreement and supplemented by individual Task Orders
starting from the date(s) of the Notice(s) to Proceed in each respective Task Order.
II. Contractor shall deliver tangible work products to the City by the deadlines specified in
the Agreement, as supplemented by City-issued Task Orders.
III. The Contract Officer may approve extensions for performance of the services in
accordance with Section 3.2.
H-44
01203.0006 2038724.1 H-45
01203.0006 2038724.1
WORKERS COMPENSATION INSURANCE CERTIFICATE
Description of Contract: City of Rancho Palos Verdes
Project: _____________________________________________
Type of Insurance: Workers' Compensation and
Employers' Liability Insurance
THIS IS TO CERTIFY that the following policy has been issued by the below-stated company in
conformance with the requirements of Article 5 of the Contract and is in force at this time, and is
in a form approved by the Insurance Commissioner.
The Company will give at least 30 days' written notice to the City and Engineer/Architect prior to
any cancellation of said policy.
POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY
Workers' Compensation:
Statutory Limits Under the Laws
of the State of California
Employers' Liability:
$_________________ Each Accident
$_________________ Disease - Policy Limit
$_________________ Disease - Each Employee
Named Insured (Contractor) Insurance Company
Street Number Street Number
City and State City and State
By
(Company Representative)
(SEE NOTICE ON NEXT PAGE)
H-46
01203.0006 2038724.1
Insurance Company Agent for Service
of Process in California:
Name
Agency
Street Number
City and State
Telephone Number
This certificate is issued as a matter of information only and confers no rights upon the certificate
holder. This certificate does not amend, extend, or alter the coverage afforded by the policy listed
herein.
This is to certify that the policy has been issued to the named insured for the policy period
indicated, notwithstanding any requirement, term, or condition of any contract or other document
with respect to which this certificate may be issued or may pertain, the insurance afforded by the
policy described herein is subject to all the terms, exclusions, and conditions of such policy.
NOTICE:
No substitution or revision to the above certificate form will be accepted. If the insurance called
for is provided by more than one insurance company, a separate certificate in the exact above form
shall be provided for each insurance company.
H-47
01203.0006 2038724.1
ADDITIONAL INSURED ENDORSEMENT
COMPREHENSIVE GENERAL LIABILITY
Name and address of named insured (“Named Insured”)
Name and address of Insurance Company (“Company”)
General description of agreement(s), permit(s), license(s), and/or activity(ies) insured
Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the
“Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows:
1. The
(“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional
insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under
the Policy in relation to those activities described generally above with regard to operations performed by
or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any
premiums or assessments under the Policy.
2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary
insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute
with the insurance coverages provided by the Policy.
3. Each insurance coverage under the Policy shall apply separately to each Additional Insured
against whom claim is made or suit is brought except with respect to the limits of the Company's liability.
4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by
one insured under the policy against another insured under the policy. All such claims shall be covered as
third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing
contained in this provision shall operate to increase or replicate the Company's limits of liability as provided
under the policy.
5. The insurance afforded by the Policy for contractual liability insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named
Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction
with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional
Insureds.
6. The policy to which this endorsement is attached shall not be subject to cancellation,
change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal
except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty
(30) days prior to the effective date thereof. In the event of Company's failure to comply with this notice
provision, the policy as initially drafted will continue in full force and effect until compliance with this
notice requirement.
7. Company hereby waives all rights of subrogation and contribution against the Additional
Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of
or incident to the perils insured against in relation to those activities described generally above with regard
H-48
01203.0006 2038724.1
to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or
subsequent active or passive negligence by the Additional Insureds.
8. It is hereby agreed that the laws of the State of California shall apply to and govern the
validity, construction, interpretation, and enforcement of this contract of insurance.
9. This endorsement and all notices given hereunder shall be sent to Public Agency at:
City Manager, City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, California
90275.
10. Except as stated above and not in conflict with this endorsement, nothing contained herein
shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which
this endorsement is attached.
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY
11. Scheduled items or locations are to be identified on an attached sheet. The following
inclusions relate to the above coverages. Includes:
□ Contractual Liability □ Explosion Hazard
□ Owners/Landlords/Tenants □ Collapse Hazard
□ Manufacturers/Contractors □ Underground Property Damage
□ Products/Completed Operations □ Pollution Liability
□ Broad Form Property Damage □ Liquor Liability
□ Extended Bodily Injury □
□ Broad Form Comprehensive □
General Liability Endorsement □
12. A □ deductible or □ self-insured retention (check one) of $
applies to all coverage(s) except:
(if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one).
13. This is an □ occurrence or □ claims made policy (check one).
14. This endorsement is effective on at 12:01 a.m. and forms a part of
Policy Number .
(signatures on following page)
H-49
01203.0006 2038724.1
I, (print name), hereby
declare under penalty of perjury under the laws of the State of California, that I have the authority to bind
the Company to this endorsement and that by my execution hereof, I do so bind the Company.
Executed , 20
Signature of Authorized Representative
(Original signature only; no facsimile signature
Telephone No.: ( ) or initialed signature accepted)
H-50
01203.0006 2038724.1
ADDITIONAL INSURED ENDORSEMENT
AUTOMOBILE LIABILITY
Name and address of named insured (“Named Insured”)
Name and address of Insurance Company (“Company”)
General description of agreement(s), permit(s), license(s), and/or activity(ies) insured
Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the
“Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows:
1. The
(“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional
insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under
the Policy in relation to those activities described generally above with regard to operations performed by
or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any
premiums or assessments under the Policy.
2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary
insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute
with the insurance coverages provided by the Policy.
3. Each insurance coverage under the Policy shall apply separately to each Additional Insured
against whom claim is made or suit is brought except with respect to the limits of the Company's liability.
4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by
one insured under the policy against another insured under the policy. All such claims shall be covered as
third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing
contained in this provision shall operate to increase or replicate the Company's limits of liability as provided
under the policy.
5. The insurance afforded by the Policy for contractual liability insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named
Insured under the indemnification and/or hold harmless provision(s) contained or executed in conjunction
with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional
Insureds.
6. The policy to which this endorsement is attached shall not be subject to cancellation,
change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal
except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty
(30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice
provision, the policy as initially drafted will continue in full force and effect until compliance with this
notice requirement.
7. Company hereby waives all rights of subrogation and contribution against the Additional
Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of
or incident to the perils insured against in relation to those activities described generally above with regard
H-51
01203.0006 2038724.1
to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or
subsequent active or passive negligence by the Additional Insureds.
8. It is hereby agreed that the laws of the State of California shall apply to and govern the
validity, construction, interpretation, and enforcement of this contract of insurance.
9. This endorsement and all notices given hereunder shall be sent to Public Agency at:
City Manager
City of Rancho Palos Verdes
30940 Hawthorne Boulevard
Rancho Palos Verdes, California 90275
10. Except as stated above and not in conflict with this endorsement, nothing contained herein
shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which
this endorsement is attached.
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY
11. Scheduled items or locations are to be identified on an attached sheet. The following
inclusions relate to the above coverages. Includes:
□ Any Automobiles □ Truckers Coverage
□ All Owned Automobiles □ Motor Carrier Act
□ Non-owned Automobiles □ Bus Regulatory Reform Act
□ Hired Automobiles □ Public Livery Coverage
□ Scheduled Automobiles □
□ Garage Coverage □
12. A □ deductible or □ self-insured retention (check one) of $
applies to all coverage(s) except: (if none, so state). The deductible is applicable □
per claim or □ per occurrence (check one).
13. This is an □ occurrence or □ claims made policy (check one).
14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy
Number .
(signatures on following page)
H-52
01203.0006 2038724.1
I, (print name), hereby
declare under penalty of perjury under the laws of the State of California, that I have the authority to bind
the Company to this endorsement and that by my execution hereof, I do so bind the Company.
Executed , 20
Signature of Authorized Representative
(Original signature only; no facsimile signature
Telephone No.: ( ) or initialed signature accepted)
H-53
01203.0006 2038724.1
ADDITIONAL INSURED ENDORSEMENT
EXCESS LIABILITY
Name and address of named insured (“Named Insured”)
Name and address of Insurance Company (“Company”)
General description of agreement(s), permit(s), license(s), and/or activity(ies) insured
Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the
“Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows:
1. The
(“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional
insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under
the Policy in relation to those activities described generally above with regard to operations performed by
or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any
premiums or assessments under the Policy.
2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary
insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute
with the insurance coverages provided by the Policy.
3. Each insurance coverage under the Policy shall apply separately to each Additional Insured
against whom claim is made or suit is brought, except with respect to the limits of the Company's liability.
4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by
one insured under the policy against another insured under the policy. All such claims shall be covered as
third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing
contained in this provision shall operate to increase or replicate the Company's limits of liability as provided
under the policy.
5. The insurance afforded by the Policy for contractual liability insurance (subject to the
terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named
Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction
with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional
Insureds.
6. The policy to which this endorsement is attached shall not be subject to cancellation,
change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal
except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty
(30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice
provision, the policy as initially drafted will continue in full force and effect until compliance with this
notice requirement.
7. Company hereby waives all rights of subrogation and contribution against the Additional
Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of
or incident to the perils insured against in relation to those activities described generally above with regard
to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or
subsequent active or passive negligence by the Additional Insureds.
H-54
01203.0006 2038724.1
8. It is hereby agreed that the laws of the State of California shall apply to and govern the
validity, construction, interpretation, and enforcement of this contract of insurance.
9. This endorsement and all notices given hereunder shall be sent to Public Agency at:
City Manager
City of Rancho Palos Verdes
30940 Hawthorne Boulevard
Rancho Palos Verdes, California 90275
10. Except as stated above and not in conflict with this endorsement, nothing contained herein
shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which
this endorsement is attached.
TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF
THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY
□ Following Form
□ Umbrella Liability
□
11. Applicable underlying coverages:
INSURANCE COMPANY POLICY NO. AMOUNT
12. The following inclusions, exclusions, extensions or specific provisions relate to the above
coverages:
13. A □ deductible or □ self-insured retention (check one) of $
applies to all coverage(s) except:
(if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one).
14. This is an □ occurrence or □ claims made policy (check one).
15. This endorsement is effective on at 12:01 a.m. and forms a part of Policy
Number .
H-55
01203.0006 2038724.1
(signatures on following page)
I, (print name), hereby
declare under penalty of perjury under the laws of the State of California, that I have the authority to bind
the Company to this endorsement and that by my execution hereof, I do so bind the Company.
Executed , 20
Signature of Authorized Representative
(Original signature only; no facsimile signature
Telephone No.: ( ) or initialed signature accepted)
H-56