Loading...
Geo-Logic Associates Inc - FY2026-036 01203.0001/835260.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and GEOLOGIC ASSOCIATES, INC. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 2 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 4 subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Consultant shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Consultant shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City’s own negligence. 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 $460,685 (Four Hundred Sixty Thousand Six Hundred Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 herof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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: 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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, Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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] Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 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: 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 A-1 EXHIBIT “A” SCOPE OF SERVICES Consultant shall perform the scope of services in accordance with exhibit “E”. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. I. Section 1.1, 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-2 (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 Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-3 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-4 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; Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-5 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) Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-6 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) Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 B-7 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 . Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 C-1 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 D-1 EXHIBIT “D SCHEDULE OF PERFORMANCE I. The Services shall commence following Notice-to-Proceed, and will include the scope of services specified in Exhibit “A”, as the scope of 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. Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 01203.0001/835260.1 D-2 EXHIBIT “E” CONSULTANT’S PROPOSAL [CONTINUED ON NEXT PAGE] Docusign Envelope ID: 457139B7-AC69-45E3-9C37-0C098D82B084 Portuguese Bend LandslideRemediation Project July 16, 2025 Proposal for: Prepared for:Prepared by: City of Rancho Palos Verdes PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 1 a) Cover Letter July 16, 2025 Ramzi Awwad Public Works Director, City of Rancho Palos Verdes 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275 Re: Proposal for Portuguese Bend Landslide Remediation Project Dear Mr. Awwad: In response to the City’s urgent need to stabilize the Portuguese Bend Landslide and safeguard essential infrastructure, Geo- Logic Associates, Inc. (GLA) has assembled a highly qualified team to deliver practical, defensible solutions that meet both the technical and regulatory challenges of this complex project. GLA brings extensive experience in landslide evaluation, dewatering system design, and groundwater infiltration control across California. Our versatile team includes licensed civil engineers, geologists, and environmental specialists who have worked on complex landslide stabilization projects in similar geologic settings. Firm Information Geo-Logic Associates, Inc. 2777 East Guasti Road, Suite 1 (Headquarters) Ontario, CA 91761 | Phone: (909) 626‐2282 GLA is a corporation, currently in good standing in the State of California. Our firm consists of 300 staff in 29 offices in the United States and Peru, including licensed civil engineers, geologists, hydrogeologists, and environmental scientists. Our professionals hold the following licenses to practice in California: PE, GE, PG, CEG, CHG, QISP, QSD, and QSP. DUNS Number: 79-804-2685 Corporate Officers Gary Lass, PG, CEG, CHG Title: Chief Executive Officer Email: garylass@geo-logic.com Phone: (909) 626-2282 Nicole Sweetland, PhD, PG Title: President Email: nsweetland@geo-logic.com Phone: (909) 626-2282 Primary Contact William McCormick, PG, CEG, Principal Engineering Geologist Phone: (707) 953-1837 | Email: bmccormick@geo-logic.com We understand the critical timeline and federal compliance requirements associated with this project. Our approach emphasizes responsiveness, quality control, and practical, buildable design documents that meet the City’s expectations and regulatory obligations. We look forward to the opportunity to continue to support the City in this vital effort and if you have any questions or need additional information, please contact Mr. McCormick at bmccormick@geo-logic.com. Sincerely, GEOLOGIC ASSOCIATES, INC. John Hower, PG, CEG William V. McCormick, PG, CEG Senior Vice President Principal Engineering Geologist PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 2 b) Approach to Scope of Services The following approach outlines our detailed methodology for delivering the City’s required scope of services in a clear, phased, and efficient manner. Our team’s strategy emphasizes technical rigor, proactive coordination, federal funding compliance, and constructible, resilient solutions that directly support the City’s goal of achieving long-term landslide stabilization. 1. Studies, Investigations, Computer Models, and Reports: GLA will build on prior studies by refining the existing geotechnical model using updated field investigations, groundwater monitoring data, and slope movement records. We will perform targeted investigations to evaluate the current groundwater regime, identify remaining data gaps, and calibrate slope stability models using finite element or limit-equilibrium methods. Our approach prioritizes addressing the root cause of instability through refined groundwater characterization and design-driven geotechnical modeling. 2. Construction Drawings, Specifications, and Documents: Our engineering team will develop a complete, constructible, and agency-compliant set of plans and specifications. We will incorporate utility conflict avoidance, erosion control, traffic management, and logistical phasing strategies. All drawings will be prepared and stamped by California-licensed engineers and surveyors, reviewed by our internal QA/QC team, and delivered in both PDF and native formats. Plans will be developed in progressive milestones (60%, 90%, Final) to enable iterative review and refinement. 3. Cost Estimate: A detailed, itemized cost estimate will be prepared in line with current market rates and recent bid data for similar projects and it will include contingencies, soft costs, and unit pricing broken down by bid item and construction phase; submit to City staff for review and approval. 4. Schedule Management: GLA will develop detailed project schedule at start of project using critical path method; regularly update schedule, assess risks, and develop mitigation strategies for any delays. GLA will utilize MS Project software (or similar). 5. City Council Staff Report and Presentation: We will prepare a clear and visually supported presentation for City Council, along with a staff report that aligns with City formatting and content standards. We will rehearse presentation materials with City staff to ensure alignment with community messaging and project goals. 6. Environmental Compliance Documents: GLA and our subconsultant LSA will prepare all documentation required to support third-party NEPA and historic preservation reviews in accordance with federal funding guidelines and will coordinate closely with the City and funding agencies to ensure all requirements are fully addressed. 7. Utility and Agency Coordination: GLA and our subconsultant VELA Engineering, will review construction plans and specifications, identify potential utility conflicts, coordinate with utility companies, and prepare and submit relocation or adjustment documents as necessary. 8. Property Acquisitions and Easements: GLA and our subconsultant Epic Land Solutions, will complete a review of final plans and specifications to assess whether proposed improvements may extend onto adjacent properties/public rights-of- way, and if property acquisition or easements are required; we will delineate such needs graphically. We will coordinate with City, legal advisors, and property owners (if applicable) to understand legal implications of acquiring property or easements and whether existing easements can be leveraged. A boundary survey in support of easement acquisitions if necessary and create legal descriptions and exhibits for said acquisitions. 9. Permitting: GLA will develop a comprehensive permitting matrix identifying agency requirements and timelines. We will identify, prepare and submit needed permit applications to local/state/federal agencies. 10. Construction Procurement: Our team will prepare the Notice Inviting Bids using finalized construction drawings, bid documents, the City’s standard forms, and contract templates. We will conduct a pre-bid conference, respond to Requests for Information, participate in the bid opening, and evaluate bids for responsiveness, completeness, project understanding, and bid amount. A memo documenting the award recommendation will be prepared, and upon review and concurrence by City staff, GLA will draft the City Council Staff Report. Additionally, we will prepare and present recommendations to the City Council for awarding the construction contract. 11. Administration and Coordination: We will maintain weekly progress meetings and repare status updates to City staff, including activity summaries, budget tracking, and schedule or other agreed upon time interval performance to ensure transparency, responsiveness, and the ability to resolve issues in real time. PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 3 c) Organization and Staffing GLA has carefully selected a team of professionals with the expertise necessary to perform all of the required services, as depicted in the organizational chart below. Our proposed Project Manager, Mr. William McCormick, PG, CEG, brings more than 39 years of technical and project management experience in complex geotechnical investigations and landslide remediation projects throughout California and he will be the primary contact person responsible for the overall delivery of the project. Mr. McCormck and key staff will remain assigned to this project through completion of the Scope of Services and any changes to key staff will be reported and submitted for approval of the City. The qualifications and availability of our key team members are summarized in the table below. GLA has the staff and resources available to meet the City’s needs. PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 4 Team Member / Role / Availability Similar Experience William McCormick, PG, CEG Project Manager and Geologic and Geotechnical Analysis Task Manager 75% (All Tasks) »Emergency Design for the Portuguese Bend Landslide Remediation Project and Winterization »Geologic/Hydrogeologic Characterization and Dewatering Design for the Portuguese Bend Landslide Project »On-Call Geotechnical Services for Marin County and Sonoma County Public Works Departments, California Gary Lass, PG, CHG, CEG Principal-in-Charge 100% Support As Needed »Final Design for the Portuguese Bend Landslide Remediation Project »Hydrology and Hydraulic Study for 923 acres for Sunshine Canyon Landfill »Feasibility Study for the Portuguese Bend Landslide Remediation Project Courtney A. Barrett, PE,, QSD, QISP Civil Design Task Manager 75% (Task 1, 2, 3, 4, 5, 10) »Hydrology Analysis and Civil Design Portuguese Bend Landslide »Design and Construction Management Services for the Sunshine Canyon Landfill, Sylmar, California »Design Services for the Newby Island Landfill, Milpitas, California Subconsultants LSA Environmental Support (Task 6) »Environmental Assessment, Monitoring and Reporting for Portuguese Bend Mitigation, Design, Well-Drilling, and Winterization Implementation Epic Land Solutions Property Acquisition (Task 8) »Eminent Domain Property Acquisition for I-710 Corridor Project EIR including locations at LA County Sanitation Districts’ Long Beach Main Pumping Plant Evolution Mapping Surveying (Task 2, 8) »Regional Hydraulic Study for San Bernardino County Green-tech Compost Facility teamed with GLA »Surveying complex coastal landslide sites such as Portuguese Bend PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 5 d) Staff Qualifications and Experience BRIEF FIRM HISTORY AND PRIOR EXPERIENCE GLA is an employee-owned multi-disciplinary civil, environmental, geologic, and geotechnical consulting firm established in 1991. GLA employs over 350 professionals located throughout 29 U.S. office locations as well as an office in Lima, Peru. To meet the City’s goals for landslide stabilization, Geo-Logic Associates (GLA) has assembled a multidisciplinary team of engineers, geologists, and environmental specialists with direct experience in geotechnical investigations, groundwater and surface water interaction, slope stabilization design, and federally funded infrastructure projects. Our staff have successfully delivered projects involving landslide mitigation, dewatering system design, slope modeling, drainage and utility design, environmental documentation, and construction support for public agencies across California. Our team’s qualifications include extensive experience with slope stability analysis, hydrologic and hydraulic modeling, drainage and erosion control design, permit and utility coordination, and preparation of construction-ready plans and specifications. We routinely manage projects from investigation through design and construction, ensuring integration across disciplines and delivering solutions that are practical, cost-effective, and resilient to changing site conditions and climate extremes. Our staff also have extensive experience in the planning, computer modeling, design, and construction phases of open and closed conduit drainage channels, grading and drainage improvements, sediment control and transport, open and closed channel hydraulics and hydrology, site paving and roadway plans, and public and private utilities. GLA has provided the City with professional hydrogeologic and geotechnical consulting services for the Landslide Complex since 2017, and developed preliminary mitigation plans, and technical specifications for its mitigation. In 2018, GLA was selected to complete a feasibility study (FS) for the City and completed a watershed model in 2019. The FS was widely circulated, and internally and externally peer reviewed. It showed that: • The basal failure surface(s) that formed over an extended period of time is an effective hydraulic barrier; • The predominant cause of landsliding within the Landslide Complex is artesian pressure that acts on the basal failure surface throughout the geometry of the slide; • One of the main contributors to the development of artesian pressure is surface water infiltration from canyons and ravines that are at higher elevations; • Seepage within the Landslide Complex sliding mass caused by infiltration of surface water through onsite cracks, onsite ravines, and infiltration caused by irrigation, and through influx from leaky septic systems, are secondary sources of instability; • The Landslide Complex is broken into multiple blocks, with relative movements affected; and • The 2019 watershed model identified critical areas where stormwater was ponding and infiltrating into the landslide area. Following the acceptance of the FS and watershed model in 2019, GLA completed the preliminary mitigation design which called for: (i) management of groundwater that is the source of artesian pressure; (ii) relief of residual artesian pressure at the toe of the slide; within the entire Landslide Complex; and (iii) infilling of cracks and improvement of surface drainage to minimize seepage into the landslide mass. The first two items will be addressed by installation of deep dewatering wells and horizontal/directional drains, where appropriate, generally outside of the landslide footprint and below the basal failure surface (so they do not get sheared off as the slide moves). PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 6 In 2023, GLA was selected to provide the final Landslide Mitigation, Exploration, Dewatering and Winterization Design. Work on this project includes siting deep exploratory boreholes, daily slope monitoring and strategic planning for more permanent stabilization techniques. In the process, GLA has developed a keen awareness of the City’s and local needs, as well as state and local standards and procedures. Our recent work has further refined the complex nature of the landslide complex, especially in the PBL where a deeper landslide was discovered that had never historically failed before. This success is founded on the principles of ensuring that our work is conducted to a high professional standard, our work product is technically defensible, our clients’ best interests inform our decisions, and our services are provided cost effectively. The long-term working relationships we have with our clients is a testament to the effectiveness of this approach. GLA staff have a history of providing hydrogeological and hydraulic services to the City , and as a result, we have an unparalleled familiarity with site geologic and hydrogeologic conditions. The City and others have largely characterized the geologic, hydrologic, hydrogeologic, and geotechnical conditions that drive regional slope failure and have implemented some preliminary mitigation measures. However, now the City is undertaking a focused effort to meet the following objectives: • Long-term stabilization of the landslide complex • Repair and upgrade related infrastructure • Compliance with applicable federal, state, and local environmental laws and regulations GLA will work closely with the City to utilize the results of the numerous prior and ongoing geologic studies and engineering evaluations. This project will provide a comprehensive and coordinated approach to controlling stormwater runoff and mitigating infiltration at the source. Portions of our civil design, especially surface water management and drainage improvements will rely on the final results of the hydrologic/hydraulic study that is being commissioned by the City with Geosyntec*. Our team will utilize industry-leading tools and expertise to deliver high-quality plans that meet regulatory standards and support the City’s sustainability goals. We look forward to working with the City to implement this critical program. STAFF QUALIFICATIONS The resumes for key staff are presented in the following pages. *Note: Our study does not include hydrologic analysis since a comprehensive study is being independently done by others PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 7 Project Manager and Geotechnical and Geological Analysis Task Manager: William McCormick, PG, CEG William McCormick, PG, CEG Principal Engineering Geologist Mr. McCormick has over 39 years of technical experience and in contract and project management of major geotechnical investigations and material testing and inspection projects in the Northern California. He is an experienced project manager with long-term on-call projects for multiple Sonoma County Departments, the Counties of Napa and Marin, and the City of Santa Rosa, to name a few. His technical expertise includes landslide evaluation, mitigation design and construction observation and management of landslide repairs, Alquist-Priolo Earthquake Fault Zone evaluation studies, geologic and geomorphic mapping and exploration, site feasibility and geotechnical design studies for infrastructure including roadways, highways, bridges and alignment studies, civil developments, park sites, geotechnical evaluations involving erosion, drainage, slope stability, engineering geology, retaining walls, soil nail walls, earth dams, forensic studies, distressed properties, expert witness testimony, construction monitoring for engineering geologic/geotechnical mitigation projects, construction management, and peer review of geologic, geotechnical and fault studies. Mr. McCormick has performed geologic, fault, and geotechnical peer review services for numerous entities including Sonoma County, Mendocino County, City of Santa Rosa and the City of Concord. Mr. McCormick has also presented on engineering geologic topics throughout the US as well as in China, Australia, New Zealand, Italy, England and Scotland. Landslide Mitigation,Exploration, Dewatering and Winterization Design, Portuguese Bend Landslide Complex, Rancho Palos Verdes, California Project Geologist. The Portuguese Bend Landslide Complex (PBLC), located along the Pacific Coast in the scenic City of Rancho Palos Verdes (City), is among the most recognizable landslide features in California. The massive landslide encompasses approximately 239 acres and 38 million cubic yards of sliding mass, with lateral dimensions approximately 0.9 miles x 0.8 miles. Ground movement rates vary widely across the site but have been measured recently to be as much as 11 feet per year near the landslide’s toe at the coast. Mr. McCormick is lead geologist in geologic data assessment to develop a working geologic model across the entire, newly re- activated Altamira Landslide. Work includes siting deep explorations, daily piezometric and slope monitoring and strategic planning for ore permanent stabilization techniques. Mr. McCormick was also key in assisting with winterization design recommendations and designs intended to reduce surface water infiltration deep into the landslide complex across canyons and highly fissured ground. Mr. McCormick has a deep understanding of the surface and subsurface hydrologic conditions affecting the part of Rancho Palos Verdes and adjacent environments. On-Call Geotechnical Services, Marin County Public Works Department, Marin County, and Sonoma County Public Infrastructure, Sonoma County, California Served as Contract Manager for an on-call geotechnical services contract for the last 15 years for Marin County and the last 25 years for Sonoma County. Services included geotechnical assessment, design and construction services for two major storm drains, four pump stations, numerous creek and levee stabilization projects, and numerous landslides and roadway repair projects, including retaining wall design. Many of these projects were located in areas of highly compressible soil, unstable slopes, large slides, or liquefiable soil conditions. EDUCATION MS, Geology, 1986 San Diego State University BS, Geology, 1983 San Diego State University PROFESSIONAL REGISTRATIONS Professional Geologist, CA, No. 5022 Certified Engineering Geologist, CA, No. 1673 CERTIFICATIONS Loss Prevention System Safety Training PROFESSIONAL AFFILIATIONS 2023 Recipient of “Honorary Member Status” of Association of Environmental and Engineering Geologists (AEG) PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 8 Principal In Charge: Gary L. Lass, PG, CEG, CHG Gary L. Lass, PG, CEG, CHG Chief Executive Officer Mr. Lass has more than 40 years of experience providing successful geological, environmental, geotechnical, and hydrogeologic services throughout the Western United States and Mexico. He has acted as Principal-in-Charge, and/or Project Manager for geologic and hydrogeologic characterizations for Remedial Investigations (RIs), Feasibility Studies (FSs), Remedial Action Plans (RAPs), Evaluation Monitoring Programs (EMPs), Engineering Feasibility Studies (EFS), Corrective Action Programs (CAPs), groundwater monitoring and reporting programs, and site closures. Mr. Lass has extensive experience with all aspects of landfill siting, expansion, design, permitting, construction, operations, monitoring and closure and is a specialist in CCR Title 27 compliance, having acted as Principal-in-Charge, and/or Project Manager for geotechnical, geologic and/or hydrogeologic characterizations projects at hundreds of landfill sites throughout the western United States. Hydrology and Hydraulics Assessment for Pre- and Post-Development Conditions of a Major Improvement Project Sunshine Canyon Landfill, Los Angeles County, CA Principal-in-charge for this comprehensive hydrology and hydraulics study within an approximately 923-acre watershed area to assess the impact of proposed entrance improvements on downstream regional flood control facilities and to evaluate the adequacy of proposed on-site drainage improvements. Hydrology and Hydraulics Assessment for Composting Facility, San Bernardino County, CA Principal-in-charge for this hydrology and hydraulics analysis for a 1,400-acre watershed area tributary to the project site. The analysis considered off-site run-on and proposed on-site improvements. Portuguese Bend Landslide Complex, Rancho Palos Verdes, California - Landslide Mitigation Design and the Feasibility Study. Principal-in-Charge of the Portuguese Bend Landslide Complex (PBLC), located along the Pacific Coast in the scenic City of Rancho Palos Verdes (City), is among the most recognizable landslide features in California. The massive landslide encompasses approximately 239 acres and 38 million cubic yards of sliding mass, with lateral dimensions approximately 0.9 miles x 0.8 miles. Ground movement rates vary widely across the site but have been measured recently to be as much as 11 feet per year near the landslide’s toe at the coast. Projects includes landslide mitigation design as well as a 2018 Feasibility Study. Key design components included innovative engineering approaches for surface water using environmentally-friendly-lined swales and for relief or artesian pressure by directional drains. The preliminary project design report was accepted by a unanimous vote of the City Council. EDUCATION Master of Science, Geochemistry, 1978 California State University, Los Angeles Bachelor of Science, Geology, 1974 California State University, Los Angeles PROFESSIONAL REGISTRATIONS Registered Geologist, California, No. 3653 Certified Engineering Geologist, California, No. 1093 Certified Hydrogeologist, California, No. 18 Certified Engineering Geologist, Oregon, No. E1577 Registered Geologist, Arizona, No. 28820 PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 9 Civil Engineer Task Manager: Courtney A. Barrett, PE, QSD, QISP Courtney A. Barrett, PE, QSD, QISP Senior Engineer III Ms. Barrett is a Registered Civil Engineer with over 21 years of experience in engineering. Her experience includes preparation of grading and drainage plans, liner design, design of erosion control best management practices, preparation of technical specifications, engineer’s estimates, and providing construction quality assurance and construction support services on a variety of landfill projects. She has been the CQA Officer for cell development, landfill closure, storm drain installation, and landfill gas well installation projects at various sites in California and has worked with a variety of public agencies to design capital improvement projects, prepare specifications and cost estimates, provide engineering and permitting oversight, and related duties. Portuguese Bend Landslide Remediation Phase I Design, Rancho Palos Verdes, California Project Engineer for mitigation plans and hydrology part of the Phase I services to develop remedial design for the Portuguese Bend Landslide Complex located along the Pacific Coast in the scenic City of Rancho Palos Verdes (City). Work included revision of hydrology and hydraulics calculations, validation and calibration of the slope stability model, engineering evaluations, design support and development of planning and irrigation plans. develop construction plans and specifications, develop cost estimates, and support construction logistics. Design and Construction Management Services for the Sunshine Canyon Landfill, Republic Services, Inc., Sylmar, California Project Manager, design engineer and resident engineer for the design and construction of City/County Cell – 4 (CC-4) Part 1, CC-4 Part 2A, CC-4 Part 3, CC-4 Part 4A, 4B, & 4C, CC-5A, CC-3B Part 2, West Drainage Channel Phase II, drainage components of the Ultimate Entrance road, and the relocation of the Southern California Edison Transmission power poles around the perimeter of the landfill and the CQA Engineer for CC-4 Part 4A, 4B, & 4C, and CC-5A. Project work at the site includes development of construction drawings, CQA Manual, and technical specifications. Design components included grading, drainage channels, sump and pump, and geosynthetic liner system. Work also includes onsite resident engineering services including pre-bid activities, onsite construction oversite, field design changes, response to contractor questions, and tracking construction schedules and project costs. Design Services for the Newby Island Landfill, Republic Services, Inc., Milpitas, California Design Engineer responsible for the preparation of the Overliner Units 1, 2, and 3 design. Development of the design report, construction drawings, CQA Manual, and technical specifications. Design components included grading, leachate sump and force main, and geosynthetic liner system. EDUCATION Bachelor of Science, Civil Engineering, 2003 University of California, Davis PROFESSIONAL REGISTRATIONS Arizona Professional Engineer, No. 55166 California Professional Engineer, No. 78076 Hawaii Professional Engineer, No. PE-15661 New Mexico Professional Engineer, No. 21872 Nevada Professional Engineer, No. 022633 Oregon Professional Engineer, No. 88426PE Utah Professional Engineer, No. 8746089-2202 PROFESSIONAL Certifications California Qualified Industrial SWPPP Practitioner, No 78076 California Qualified SWPPP Practitioner, No 22227 California Qualified SWPPP Developer, No 78076 PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 10 REFERENCE PROJECTS Portuguese Bend Landslide Feasibility Study and Hydrologic Model Rancho Palos Verdes, California geo-logic.com Page 1 ` Feasibility Study and Hydrologic Model Daniel B. Stephens and Associates, Inc. (DBS&A), a subsidiary of Geo-Logic Associates, Inc., assisted city staff in their preparation for an anticipated federal infrastructure plan expected in 2017 to provide funds for landslide abatement. Part of this effort was to review and update an existing engineering feasibility study (FS) prepared by the U.S. Army Corps of Engineers (USACE) in 2000. The USACE FS only proposed a coastal dike in an effort to stabilize coastal erosion, however, the landslide itself was not directly addressed. DBS&A commenced a thorough compilation and review of all available historical work on the Portuguese Bend landslide, adjacent area landslides including Abalone Cove, Klondike Canyon, and the larger Altamira Complex. This review resulted in the compilation of nearly 100 GB of historical files in electronic format that had not been organized before. In addition, DBS&A completed a systematic and through review of the historical data, reports, studies, engineering work, and research along with available public scientific literature to characterize the landslide geology, hydrogeology, groundwater occurrence, recharge, past mitigation efforts, and past successes and failures. The comprehensive review formed the basis of an updated hydrogeologic conceptual site model that was used to prepare a new engineering feasibility study in 2018 to evaluate and present available options for landslide abatement including groundwater extraction wells, horizontal drains (hydraugers), and stormwater control. A watershed model was prepared to quantify groundwater recharge components including rainfall and irrigation. Areas of critical stormwater ponding and infiltration were identified. The FS included geotechnical modeling and conceptual-level cost estimates for groundwater extraction wells, hydraugers, fracture-sealing, stormwater control, and a partial centralized sanitary sewer to replace some septic systems in the area. DBSA directed and participated in several city council meetings to present the draft FS options, receive public stakeholder comments, and incorporate the comments into a final FS report. The final FS outlined the primary components of subsequent work elements completed by the City from 2019 to present. Client City of Rancho Palos Verdes, California Contact Elias Sassoon Ara Mihranian Doug Wilmore (310) 544-5252 Timeframe 2017-2019 Contract Amount $202,840 Personnel John J. Dodge, PG, CHG (Project Manager) Gregory Schnaar, PhD, PG (VA) • Collaboration with City staff • Comprehensive historical document and data compilation and review • Hydrogeologic conceptual site model • Watershed and geotechnical modeling • Stormwater flow path characterization • Quantification of stormwater infiltration and groundwater recharge • Engineering options for stormwater control and landslide abatement • Conceptual cost estimates • Collaboration with Palos Verdes Peninsula Land Conservancy • City Council meetings and public stakeholder review PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 11 Portuguese Bend Landslide Rancho Palos Verdes, California geo-logic.com Page 1 ` The Portuguese Bend Landslide (PBL), located along the Pacific Coast in the City of Rancho Palos Verdes (City), is among the most recognizable landslide features in California and the fastest-moving landslide in the United States. This massive landslide encompasses approximately 239 acres and 38 million cubic yards, with lateral dimensions of approximately 0.9 miles by 0.8 miles. Ground movement rates vary widely across the site but have been recently measured to be as much as 11 feet per year near the landslide’s toe at the coast. In 2018, GLA prepared a feasibility study for the City’s use in developing and comparing options to mitigate the ongoing landslide movement. Subsequently, the City commissioned GLA to develop a mitigation design to the permit level. Key components of GLA’s mitigation design included innovative engineering approaches for surface water control using geosynthetic-lined swales and for artesian groundwater pressure relief using directionally installed drains. To design surface water management features, GLA performed a hydrologic analysis to calculate the estimated design flows for a 100-year, 24-hour design storm event using the methodology outlined in the Los Angeles County Department of Public Works Hydrology Manual. The hydrologic parameters were then applied in hydraulic calculations to design the proposed engineered swales, culvert pipes, and a flow reduction area included in the mitigation design package. GLA also supported the City in characterizing new, larger landslide movement and developing emergency mitigation measures to reduce land movement and addressing the concerns of residents, the City Council, and the Palos Verdes Peninsula Land Conservancy. GLA delivered three project briefings to the public on the City’s behalf, and GLA’s original design report was accepted by a unanimous vote of the City Council. Client City of Rancho Palos Verdes, California Contact Ron Dragoo, PE, Principal Engineer Department of Public Works (310) 544-5250 Timeframe 2019-Present Contract Amount $580,000 Personnel William McCormick, PG Neven Matasovic, Ph.D, CEG, PE, GE Alan Witthoeft, PE, GE Mark Vincent, PG, CEG, CHG Caleb Miller, PE Gary Lass, PG, CEG, CHG • Landslide mitigation • Deep dewatering well design and monitoring • 3D slope stability modelling • 3D seepage finite element modelling • Surface water control design • Surface water control design • Permit-level plan and specification development • Community outreach and City Council meetings • Interface with Land Conservancy • Geosynthetics design • Hydrology and hydraulics evaluation • Horizontal and directional drain design • Fracture infill design • Order-of-magnitude cost estimate • Winterization design PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 12 Sonoma County 2025 Landslide Road Damage Sonoma County, California geo-logic.com Page 1 ` GLA is continuing a geologic and geotechnical assessment and mitigation design services for six recent roadway/landslide projects in the County. GLA personnel have been provide geotechnical and design services for the County for over 25 consecutive years. GLA (as Prime) conducted project management, geologic, and geotechnical investigations; provided geotechnical design criteria; assembled a team of survey, civil, and structural engineers; and provided the County with plans and specs for retaining walls, sheet pile wall and rip-rap slope stabilization repairs. GLA completed the projects in accordance with the government reimbursement schedule and allowed projects to be set out to bid in record time (months instead of years). GLA personnel are also providing construction observation and inspection for key elements to ensure conformance to the plans. Client Sonoma County Public Infrastructure Department, California Contact Johannes Hoevertsz johannes.hoevertsz@sonoma-county.org (707) 556-2231 Timeframe 2024-Present Contract Amount $600,000 Personnel William McCormick, PG, CEG Mohsen Mahdavi, Ph.D, PE, GE Fouad Mina, PE Jarot Tamba Project Highligts: • Emergency Response and • Relative Risk Assessments • Prime Consultant to assemble • Design Team • Rapid Geotechnical • Investaigation and • Characterization • Civil and Structural Plan and • Specifications • Construction Consultation, • Observation and Testing PROPOSAL: GREATER PORTUGUESE BEND LANDSLIDE COMPLEX/ANCIENT ALTAMIRA LANDSLIDE COMPLEX DRAINAGE STUDY CITY OF RANCHO PALOS VERDES www.geo-logic.com 13 e) Project Schedule The following critical-path-method schedule outlines the major tasks, sub-tasks, deliverables, and interim milestones required to complete the Scope of Work in accordance with the City’s objectives and timeline. ID Task Name Duration Start Finish 1 SSttuuddiieess aanndd GGeeootteecchhnniiccaall AAnnaallyyssii ss 58 days Wed 8/6/25 Fri 10/24/25 2 DDrraafftt RReeppoo rrtt 34 days Wed 8/6/25 Mon 9/22/25 3 CCiittyy RRee vvii eeww 11 days Mon 9/22/25 Mon 10/6/25 4 FF iinnaall RReeppoorrtt 15 days Mon 10/6/25 Fri 10/24/25 5 PPllaannss aanndd SSppeecciiffiiccaattiioonnss 128 days Wed 8/6/25 Fri 1/30/26 6 TTooppooggrraapphhii cc SSuurrvveeyy aanndd 6600%% PPllaannss43 days Wed 8/6/25 Fri 10/3/25 7 CCiittyy RRee vvii eeww 11 days Fri 10/3/25 Fri 10/17/25 8 9900%% PPllaannss 46 days Fri 10/17/25 Fri 12/19/25 9 CCiittyy RRee vvii eeww 24 days Tue 12/9/25 Fri 1/9/26 10 110000%% PPllaannss 16 days Fri 1/9/26 Fri 1/30/26 11 SSttaaffff RReeppoo rrtt 32 days Fri 10/17/25 Mon 12/1/25 12 DDrraafftt 22 days Fri 10/17/25 Mon 11/17/25 13 FF iinnaall 11 days Mon 11/17/25Mon 12/1/25 14 EEnnvviirroonnmmeennttaall DD ooccuummeenntt ss 128 days Wed 8/6/25 Fri 1/30/26 15 6600%%53 days Wed 8/6/25 Fri 10/17/25 16 9900%%46 days Fri 10/17/25 Fri 12/19/25 17 FF iinnaall 31 days Fri 12/19/25 Fri 1/30/26 18 UUttiill iittyy aanndd AAggeenncc yy CCoooorrddiinnaattiioonn 98 days Wed 8/6/25 Fri 12/19/25 19 DDrraafftt 48 days Wed 8/6/25 Fri 10/10/25 20 FF iinnaall 51 days Fri 10/10/25 Fri 12/19/25 21 PPrrooppeerrttyy AAqquuiissii ttiioo nn aanndd EEeeaasseemmeenntt ss 85 days Mon 9/22/25Fri 1/16/26 22 6600%%31 days Mon 9/22/25 Mon 11/3/25 23 9900%%35 days Mon 11/3/25 Fri 12/19/25 24 FF iinnaall 21 days Fri 12/19/25 Fri 1/16/26 25 PPee rrmmiitt DD ooccuummeennttss 128 days Wed 8/6/25 Fri 1/30/26 26 DDrraafftt 58 days Wed 8/6/25 Fri 10/24/25 27 FF iinnaall 71 days Fri 10/24/25 Fri 1/30/26 28 CCoonnssttrruuccttiioonn PPrrooccuurreemmeenntt 86 days Fri 12/19/25 Fri 4/17/26 29 DDrraafftt 46 days Fri 12/19/25 Fri 2/20/26 30 FF iinnaall 41 days Fri 2/20/26 Fri 4/17/26 31 AAddmmiinniissttrraattii oonn aanndd CCoooorrddii nnaattiioonn 183 days Wed 8/6/25 Fri 4/17/26 3 10 17 24 31 7 14 21 28 5 12 19 26 2 9 16 23 30 7 14 21 28 4 11 18 25 1 8 15 22 1 8 15 22 29 5 12Aug '25 Sep '25 Oct '25 Nov '25 Dec '25 Jan '26 Feb '26 Mar '26 Apr '26 Milestone Summary Project Summary Manual Task Manual Summary Proposed Schedule - Portuguese Bend Landslide Remediation Project Page 1 Project: Proposed Schedule Portuguese Bend Landslide Remediation ProjectDate: Wed 7/16/25 PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 14 f) Quality Control Plan When GLA starts a new project, we identify the reviewer(s) for each task and assign a senior professional to do coordination review. Overall quality assurance for this contract will be the responsibility of the Project Manager, William McCormick, CEG. GLA will prepare all technical documents and plans with review and approval by appropriately licensed professionals, and engineering drawings and specifications will be sealed by a California registered professional engineer. We will conduct routine quality control reviews to verify that all project deliverables and supporting documents are complete, understandable, conform to standards, and meet City’s expectations. GLA maintains a reputation for preparing high-quality technical reports. A careful process of document production maintains our high standard. This process includes reviews for technical accuracy by a technical manager familiar with the project goals and objectives; a complete editorial review that ensures logical sequence of ideas and clear, concise writing; and a final quality assurance check by the project manager prior to submission to a client. Our team knows the importance of providing high-quality final deliverables that thoroughly address all applicable requirements. Report and plan preparation typically involves development of a draft (or 60%, 90%, and 100% submittal for plans) for client review and comment, and completion of a final draft with client input and approval. All GLA deliverables are reviewed in accordance with GLA’s Quality Assurance Manual (QAM) to ensure a high-quality end product. GLA employs a full- time production team responsible for conducting final editorial reviews and production of all documents. This ensures quality, accuracy, compliance, and completeness of reports prepared by GLA. Reports are delivered according to need or preference in hard-copy and/or electronic format. GLA has an accounting team that assists with contract review, invoice production, review, and submittal. Our contract specialists review all contract requirements and consistently follow specific invoicing procedures in our Deltek Vision accounting system when each project is opened, ensuring consistency and accuracy on all of our invoices. Utilizing this system, we are able to produce draft and final invoices that include all back-up documentation as required. Draft invoices are provided to the PM for review and approval. Once approved, invoices are submitted to the correct financial contact and to the PM as requested. Monitoring Quality of Subcontractor Work Project teams that include multiple subcontractors add value to projects by enabling personnel from specialized backgrounds and varying disciplines to work together to produce the best solution. However, multiple team members also means added complexity and increased need for oversight. GLA understands our role and, as the prime, we will ensure that our subcontractors provide the same level of quality that we expect from our staff. To ensure that the quality of subcontractor work is carefully monitored, GLA adheres to the following oversight procedures: • Regular communication with all subcontractors • Quality assurance and data review/audit of work performed by subcontractors • All reports and documentation prepared by subcontractors are subject to GLA’s internal review and production process prior to submission to the client g) Accepance of Conditions GLA has reviewed the sample professional services agreement and is proposing that the City consider incorporating the following revisions to the contract. 6.3 Ownership of Documents. After Consultant has been paid for the services generating its work product, 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 PROPOSAL: PORTUGUESE BEND LANDSLIDE REMEDIATION PROJECT CITY OF RANCHO PALOS VERDES www.geo-logic.com 15 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. h) Fees and Cost Estimate All work performed under thsi contract will be on a time and materials basis, in accordance with our 2025 Standard Fee Schedule (attached). As per our Standard Fee Schedule, any outside and subcontrated services will be billed on a cost + 15% basis. Our estimated costs for this project is broken down by tasks and is presented below. Task Description Amount (USD) Task 1 Studies, Investigations, Computer Models, and Report $87,200 1A Study, Analysis, and Reports $55,000 1B New Topographic Survey $32,200 Task 2 Plans and Specifications $155,000 2A 60% Design $95,000 2B 90% Design $45,000 2C 100% Design $15,000 Task 3 Cost Estimate $7,500 Task 4 Schedule $5,000 Task 5 Staff Report/Presentation $5,000 Task 6 Environmental Compliance $142,485 6A 60%$33,810 6B 90% $103,730 6C 100% $4,945 Task 7 Utility and Agency Coordination $8,500 Task 8 Property Aquisition and Eeasements TBD Task 9 Permit Documents $10,000 Task 10 Construction Procurement $15,000 Task 11 Administration and Coordination $25,000 ESTIMATED TOTAL $460,685 Schedule 2025 SoCal Effective Through 12/31/2025 2025 FEE SCHEDULE PROFESSIONAL STAFF Staff Professional I ....................................................................................................... $1 46.00/Hour Staff Professional II ........................................................................................................ 165.00/Hour Staff Professional III ....................................................................................................... 181.00/Hour Project Professional I ..................................................................................................... 19 3.00/Hour Project Professional II .................................................................................................... 21 6.00/Hour Project Professional III ................................................................................................... 23 3.00/Hour Senior Professional I ...................................................................................................... 24 0.00/Hour Senior Professional II ..................................................................................................... 25 8.00/Hour Senior Professional III .................................................................................................... 27 5.00/Hour Principal Professional I .................................................................................................. 287 .00/Hour Principal Professional II ................................................................................................. 312 .00/Hour Principal Professional III ................................................................................................ 340 .00/Hour Court Appearance (Expert Witness, Deposition, etc.; four-hour minimum) ............ 2 x HourlyRate FIELD/LABORATORY STAFF Technician I .................................................................................................................... 105.00/Hour Technician II ................................................................................................................... 126.00/Hour Technician III (or Minimum Prevailing Wage) ............................................................... 143.00/Hour Technician IV ................................................................................................................. 158.00/Hour Laboratory Manager ...................................................................................................... 190.0 0/Hour Principal Technician ....................................................................................................... 21 3.00/Hour Managing Technician ..................................................................................................... 190.0 0/Hour CADD/GIS CADD/GIS/Database Manager I ..................................................................................... 126.00/Hour CADD/GIS/Database Manager II .................................................................................... 149.00/Hour CADD Designer .............................................................................................................. 16 5.00/Hour GIS Specialist.................................................................................................................. 165.00/Hour SUPPORT STAFF Administrative Assistant I ................................................................................................ 93.00/Hour Administrative Assistant II ............................................................................................. 113.00/Hour Administrative Assistant III ............................................................................................ 134.0 0/Hour Technical Editor ............................................................................................................. 118.00/Hour Senior Technical Editor .................................................................................................. 165.00/Hour *Overtime Premium is 35% of PERSONNEL CHARGE EQUIPMENT CHARGES BAT Permeameter ........................................................................................................... 200 .00/Day Compaction Testing Equipment & Supplies ...................................................................... 50.00/Day Peel & Shear Strength Apparatus (FML Seams) ......................................................... 900.00/Month Portable Laboratory (8’ x 32’ trailer) with equipment ................................................. 1,200/Month Portable Laboratory (mobilization / demobilization) ...........................................................1,500.00 ReMi/Refraction Seismograph ........................................................................................ 600.00/Day Sealed Single Ring Infiltrometer (SSRI) ............................................... 200.00/Day or 750.00/Month Sealed Double Ring Infiltrometer (SDRI) ..................................................................... Call for Quote Slope Inclinometer .......................................................................................................... 2 50.00/Day Unmanned Aerial Vehicle (Drone) Reconnaissance ........................................................ 250.00/Day Schedule 2025 SoCal Effective Through 12/31/2025 EXPENSES Vehicle Use for Field Services ............................................................... 17.00/Hour or 500.00/week Soil Sampling Equipment & Drilling Supplies .................................................................... 7.00/Hour Groundwater Sampling Equipment and Supplies ........................................................... 17.00/Hour Per Diem ............................................................ Lesser of (Cost +15%) or (Local Government Rate) Outside Services (Consultants, Surveys, Chemical lab Tests, etc.) ................................... Cost + 15% Reimbursables (Maps, Photos, Permits, Expendable Supplies, etc.) ............................... Cost + 15% Outside Equipment (Drill Rig, Backhoe, Monitoring Equipment, etc.) ............................. Cost + 15% PERMITS, FEES AND BONDS The costs of all permits, fees, and performance bonds required by government agencies are to be paid by the Client, unless stated otherwise in an accompanying proposal. INSURANCE Geo-Logic Associates, Inc. carries workers' compensation, comprehensive general liability and automobile with policy limits normally acceptable to most clients. The cost for this insurance is covered by the fees listed in this schedule. Cost of any special insurance required by the Client, including increases in policy limits, adding additional insured parties and waivers of subrogation, are charged at cost plus 15%. Unless otherwise stated, such charges are in addition to the estimated or maximum charges stated in any accompanying proposal. TERMS Payment is due upon presentation of invoice and is past due thirty (30) days from invoice date. Past due accounts are subject to a finance charge of one and one-half percent (1-1/2%) per month, or the maximum rate allowed by law. PROPOSAL PERIOD Unless otherwise stated, a proposal accompanying this schedule is effective for sixty (60) days. If authorization to proceed is not received within this period, Geo-Logic Associates, Inc. reserves the right to renegotiate the fee. Schedule 2025 SoCal Effective Through 12/31/2025 2025 FEE SCHEDULE TEST NAME TEST METHOD UNIT RATE Geotechnical / Physical Properties Moisture Content, gravimetric .................................................................D2216/D4643 ................... $25/Test Moisture Content (volumetric and gravimetric) and Bulk Density ...........D7263 ............................... $40/Test Porosity ............................................................................................................................................. $250/Test Particle Size Analyses Standard Sieves and Hydrometer ........................................................D422 ............................... $250/Test Particle Size Analysis – Dry Sieve .........................................................D421 ............................... $140/Test Particle Size Analysis – Aggregate, no hydrometer ..............................D422/C136/CT202 .......... $180/Test Particle Size Analyasis with Gravel with hydrometer ...........................D422 ............................... $300/Test Percent Passing #200 Sieve ..................................................................D1140/C117 ................... $110/Test Atterberg Limits Liquid Limit, Plastic Limit, Plasticity Index (LL, PL, and PI) ...................D4318 ............................. $190/Test Liquid Limit ...........................................................................................D4318 ............................. $105/Test Plastic Limit ..........................................................................................D4318/CTM 204 ............. $105/Test Specific Gravity,Fine (<4.75mm diameter materials) ...............................D854 ............................... $150/Test Specific Gravity,Coarse (>4.75mm diameter materials) ...........................C127 ............................... $130/Test Proctor Compaction Test Method A or B (<25% retained on a 3/8” sieve) ..................................D698/D1557 ................... $240/Test Method C (>25% retained on a 3/8” sieve) ..........................................D698/D1557 ................... $290/Test Moisture Density Single Point, std/mod (Proctor check point) ...........D698/D1557 .................... $90/Point Moisture Density Curve ............................................................................CTM 216 ......................... $260/Test Percent Organic Matter by Muffle Furnace .............................................D2974 ............................. $115/Test Permeability / Conductivity Testing Hydraulic Conductivity, Fixed Wall, up to 6” Diameter Cell .....................Modified ......................... $315/Test Flexible Wall Method, 1” to 4” Diameter Sample ....................................D5084 ............................. $370/Tes t Strength and Consolidation Testing Consolidation Testing Consolidation Test (single point) .........................................................D2435 ............................. $105/Test Consolidation Test (without rate data) ................................................D2435 ............................. $190/Test Test rate data per load increment .......................................................D2435 ...................... $80/Test-Load Expansion/Collapse Testing Expansion Index of Soils .......................................................................D4829 ............................. $180/Test Expansion Indext Test w/Cement or Lime treated soils ......................D4829 ............................. $230/Test Strength Testing Unconfined Compressive Strength (UC), 2-3”......................................D2166 ............................. $125/Test Triaxial Compression Unconsol.-Undrained Triax. Compression (UU), 2-3”, 1-pt test ...........D2850 ............................. $215/Test Consolidated Undrained Triax. Compression (CU), 2-3” (per point) ....D4767 ............................ $500/Point Consolidated Drained Triax. Compressions (CD), 2-3” (per point).......D7181 ............................ $745/Point Direct Shear Direct Shear Test (saturated) ...............................................................D3080 .............................. $90/Point Direct Shear Test (saturated, recycled – strain rate 0.0042”/min) ......D3080 ............................ $180/Point Direct Shear Test (consolidated drained) .............................................D3080 ............................ $205/Point Direct Shear Test (consolidated drained, residual) ..............................D3080 ............................ $350/Point Direct Shear Test (at natural moisture) ...............................................D3080 .............................. $80/Point R-Value .....................................................................................................D2844/CTM301 .............. $280/Test Schedule 2025 SoCal Effective Through 12/31/2025 2025 FEE SCHEDULE TEST NAME TEST METHOD UNIT RATE Aggregate Testing Sand Equivalent ........................................................................................D2419/CMT 217 ............. $100/Test Durability Index (coarse) ..........................................................................D3744/CMT 229 ............. $200/Test Durability Index (fine) ...............................................................................D3744/CMT 229 ............. $180/Test Soil with Amendments and Slurry Testing R-Value (lime- or cement-treated soils) ...................................................D2844/CTM301 .............. $330/Tes t Compressive Strength, Soil-Cement .........................................................D1633/D1632 ................ $205/Point Pocket Penetrometer ......................................................................................................................... $20/Test Soil Chemistry pH of Soil ............................................................................................................................................ $25/Test Chloride Content (subcontracted) ............................................................CTM 422 ........................... $65/Test Sulfate Content (subcontracted) ..............................................................CTM 417 ........................... $65/Test Soil Resistivity (subcontracted) ................................................................G57/CTM 643 ................. $150/Test Corrosion Series (Min. resistivity, pH, SO4, Cl; subcontracted) ........................................................ $240/Test All test methods are ASTM unless otherwise noted. Special sample preparation and laboratory testing not listed above will be charged at applicable personnel rates. All laboratory test rates are for standard turn-around time and normal reporting procedures. Rush orders will be subject to a 25 percent premium. Manpower requirements or test protocol may preclude the granting of a rush request. Certificate Of Completion Envelope Id: 457139B7-AC69-45E3-9C37-0C098D82B084 Status: Completed Subject: Complete with Docusign: PSA w Geo-Logic for PBL Remediation.pdf Source Envelope: Document Pages: 34 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 2 Jeremiah Sunwoo AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 jsunwoo@rpvca.gov IP Address: 72.34.97.146 Record Tracking Status: Original 10/6/2025 11:01:37 AM Holder: Jeremiah Sunwoo jsunwoo@rpvca.gov Location: DocuSign Signer Events Signature Timestamp Gary Lass garylass@geo-logic.com ceo Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 2600:1012:b14b:e868:a57d:6107:8407:f7c7 Signed using mobile Sent: 10/6/2025 11:05:15 AM Viewed: 10/8/2025 2:15:06 PM Signed: 10/8/2025 2:15:19 PM Electronic Record and Signature Disclosure: Accepted: 10/8/2025 2:15:06 PM ID: f22389a9-bad4-4c20-b96a-9767e8db1118 Michael Reason mdreason@geo-logic.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 209.150.75.114 Sent: 10/8/2025 2:15:21 PM Viewed: 10/8/2025 2:21:59 PM Signed: 10/8/2025 2:23:28 PM Electronic Record and Signature Disclosure: Accepted: 5/14/2024 3:08:48 PM ID: 0631a5db-c3ad-4295-9580-89d40b882f0d Bill Wynder wwynder@awattorneys.com City Attorney Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 2a09:bac2:cb74:28::4:37a Signed using mobile Sent: 10/8/2025 2:23:30 PM Viewed: 10/8/2025 2:24:25 PM Signed: 10/8/2025 2:24:55 PM Electronic Record and Signature Disclosure: Accepted: 10/8/2025 2:24:25 PM ID: fe7f17e8-ed67-453a-b481-14b8d296cf2a David Bradley david.bradley@rpvca.gov Self Anthem Blue Cross Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 13.56.181.205 Sent: 10/8/2025 2:24:57 PM Viewed: 10/10/2025 7:13:04 AM Signed: 10/10/2025 7:13:15 AM Electronic Record and Signature Disclosure: Accepted: 4/6/2022 5:59:34 AM ID: f0c88f71-e2e8-4736-ab5c-59950463981e Signer Events Signature Timestamp Teresa Takaoka terit@rpvca.gov City Clerk Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 72.34.97.146 Sent: 10/10/2025 7:13:17 AM Viewed: 10/10/2025 7:38:49 AM Signed: 10/10/2025 7:38:57 AM Electronic Record and Signature Disclosure: Accepted: 10/10/2025 7:38:49 AM ID: 403dadb4-400a-4089-80e6-a7a4384b44c9 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp City Clerk Office CityClerk@rpvca.gov Security Level: Email, Account Authentication (None) Sent: 10/10/2025 7:38:59 AM Viewed: 10/14/2025 5:10:50 PM Electronic Record and Signature Disclosure: Accepted: 9/24/2024 5:58:09 PM ID: 1bcb8e93-870a-4c5c-be5c-97c44ea3114e Darius Vitkus dvitkus@rpvca.gov Security Level: Email, Account Authentication (None) Sent: 10/10/2025 7:39:00 AM Viewed: 10/13/2025 7:48:50 AM Electronic Record and Signature Disclosure: Accepted: 6/6/2025 9:07:27 AM ID: 65ff8048-85b6-4c47-920e-861b742ed25e Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 10/6/2025 11:05:15 AM Certified Delivered Security Checked 10/10/2025 7:38:49 AM Signing Complete Security Checked 10/10/2025 7:38:57 AM Completed Security Checked 10/10/2025 7:39:00 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Palos Verdes (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronicall y through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made av ailable electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 6/15/2021 5:55:39 PM Parties agreed to: Gary Lass, Michael Reason, Bill Wynder, David Bradley, Teresa Takaoka, City Clerk Office, Darius Vitkus Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Palos Verdes: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: terit@rpvca.gov To advise City of Rancho Palos Verdes of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at terit@rpvca.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Palos Verdes To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to terit@rpvca.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Palos Verdes To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to terit@rpvca.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify City of Rancho Palos Verdes as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Palos Verdes during the course of your relationship with City of Rancho Palos Verdes.