Loading...
LSA Associates Inc - FY2025-06201203.0023/1056427.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and LSA ASSOCIATES, INC. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND LSA ASSOCIATES, INC. THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on _________________, 2025 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and LSA ASSOCIATES, INC., a private 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. April 1st Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 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: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 3 (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) 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. (f) 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. (g) 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 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. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 4 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City’s own negligence. 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 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 Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 5 work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the Services, the Consultant becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Consultant becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Consultant shall inform the City’s Contract Officer of an anticipated Change Order. This proposed change order will stipulate the facts surrounding the issue, proposed solutions, proposed costs, and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $1,471,251 (One Million, Four Hundred Seventy-One Thousand, Two Hundred Fifty-One 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 Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 6 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. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- Consultant contracts. Sub-Consultant charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 7 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Anthony Petros ______President (Name) (Title) Justin Cary _______CFO (Name) (Title) Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 8 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. 4.3 Contract Officer. The Contract Officer shall be David Copp, Deputy Director of Public Works, or such person as may be designated by the Director of Public Works. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent Consultant of City and shall remain at all times as to City a wholly Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 9 independent Consultant with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City; all subcontractors included in the Proposal are deemed approved. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. (b) Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non- owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 10 with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents, representatives, employees or subcontractors. (c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 11 (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately to each insured Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 12 against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Consultant agrees to ensure that its subcontractors, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with Consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 13 (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. 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 Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 14 Consultant’s successor in interest. Notwithstanding the above, the Consultant shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Consultant agrees that if Consultant becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Consultant is providing design services, the cost of the project being designed, Consultant shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Consultant is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Consultant, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the right to use the concepts embodied therein. All subcontractors shall provide for 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. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 15 (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered “voluntary” provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 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 Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 16 to give notice of the Consultant’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant’s acts or omissions in performing or failing to perform Consultant’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or 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. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 17 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, 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. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 18 ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Consultant, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Consultant or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Consultant covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Consultant’s performance of services under this Agreement. Consultant further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Consultant agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects her/his financial interest or the financial interest of any corporation, partnership or association in which (s)he is, directly or indirectly, interested, in violation of any State statute or regulation. The Consultant warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 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 Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 19 liabilities or sanctions imposed, together with any and all costs, including attorneys’ fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 72 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 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 Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 20 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: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 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 Ara Mihranian, City Manager ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONSULTANT: LSA ASSOCIATES, INC., a California Corporation By: Name: Anthony Petros Title: President By: Name: Justin Cary Title: CFO Address: 20 Executive Park, Suite 200 Irvine, CA 92614 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: ADF72888-7903-4BB1-A39F-670513D1FDD3 4/15/2025 4/15/2025 4/25/2025 4/27/2025 4/28/2025 01203.0023/1056427.1 A-1 EXHIBIT “A” SCOPE OF SERVICES (APPROVED PROPOSAL) [CONTINUED ON NEXT PAGE] Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 CARLSBAD CLOVIS IRVINE LOS ANGELES PALM SPRINGS POINT RICHMOND RIVERSIDE ROSEVILLE SAN LUIS OBISPO 3210 El Camino Real, Suite 100, Irvine, California 92602 949.553.0666 www.lsa.net January 29, 2025 David Copp Deputy Director of Public Works City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, CA 90275 Subject: Portuguese Bend Emergency Landslide Repair Project - Scope of Services for Environmental Permitting and Monitoring Dear David: LSA Associates, Inc. is pleased to provide the attached scope of services for environmental permitting and monitoring services associated with the Portuguese Bend Emergency Landslide Repair project. This scope of services is consistent with our current understanding of the proposed project and covers activities conducted through March 31, 2025. Please let us know if you have any questions or would like to discuss the attached scope and/or estimated fees. Sincerely, LSA Associates, Inc. Deborah Pracilio Chris Jones, AICP Principal Project Manager Attachment: Scope of Services Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 1 SCOPE OF SERVICES - MAY 1, 2024, THROUGH MARCH 31, 2025 LSA has prepared the following scope of services for acƟviƟes undertaken in assistance to the City of Rancho Palos Verdes (City) on the Portuguese Bend Landslide Emergency Project. Work completed and billed to the City for the period May 1, 2024, through December 31, 2024, is shown on Table 1. Table 2 presents the cost esƟmate for work to be completed between January 1, 2025, and March 31, 2025. Table 3 shows the costs for the enƟre project through March 31, 2025. A porƟon of this work was authorized under PO 20250123. These acƟviƟes include environmental monitoring and coordinaƟon with resource/regulatory agencies associated with the implementaƟon of the Portuguese Bend Landslide Emergency Project (Project). This scope of services covers work associated with monitoring and regulatory compliance for deep dewatering wells in the Abalone Cove area, as well as winterizaƟon efforts conducted by the City in the Altamira, Klondike, Portuguese, Ishibashi, and Paintbrush Canyons. Monitoring was not required for work conducted in the Seaview neighborhood. This scope also covers work associated with an assessment of impacts to habitat for purposes of determining project take coverage under the Rancho Palos Verdes Natural Community ConservaƟon Plan and Habitat ConservaƟon Plan (NCCP/HCP). Our scope of services is outlined in the tasks below: PHASE 01 – MOBILIZATION Task 1.1: MobilizaƟon LSA will review the proposed construction plans and the baseline schedule for pre-construction and construction activities for the Project. LSA will review the Rancho Palos Verdes Natural Communities Conservation Program/Habitat Conservation Program (NCCP/HCP) and regulatory and mitigation measures described in the Draft Environmental Impact Report (EIR) for the Portuguese Bend Landslide Remediation Project. Additionally, LSA will attend the pre-construction meeting with the contractor, CM and the City to discuss the proposed construction plans and baseline schedule. LSA technical specialists will assess the staffing requirements for the monitoring efforts for biological, cultural, paleontological and tribal monitoring based on the baseline and initiate development of a staffing plan. LSA will also coordinate with the appropriate Tribal liaison regarding requirements to include tribal monitors. Deliverables: • Review construction plans and baseline schedule; • Review of NCCP/HCP and resource/regulatory measures in Draft EIR for application to the emergency project. • Attend Pre-Construction Meeting (4 staff members) • Assess staffing requirements to conduct monitoring of activities • Initiate coordination with tribal representatives. Billed through December 31, 2024 - The total cost of Phase 01/Task 1.1 is $24,220.00. No additional effort will be required for this task. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 2 Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 01/Task 1.1 is $0.00. Phase 01 total cost - $24,220.00. PHASE 02 –WORKER ENVIRONMENTAL AWARENESS PROGRAM AND TRAINING Task 2.1: Biological Resources Worker Environmental Awareness Program Paragraph 11 of SecƟon 5.5, Habitat Impact Avoidance and MinimizaƟon Measures for Covered Projects and AcƟviƟes, of the NCCP/HCP, requires the City to provide an educaƟon program to all personnel on the potenƟal presence and treatment of protected species and habitat in the Project area. In addi Ɵon, MiƟgaƟon Measure BIO-3: Worker Environmental Awareness Training, included in the DraŌ EIR for the Portuguese Bend Landslide RemediaƟon Project mandates that the City’s Development Services Director or designee, confirm that Worker Environmental Awareness Training shall be conducted by a City- approved, qualified biologist prior to project groundbreaking. Under Task 2.1, LSA will provide a Worker Environmental Awareness Program (WEAP) that meets the requirements of the NCCP/HCP and saƟsfies the requirements of MiƟgaƟon Measure BIO-3. The WEAP will describe the types of biological resources that may be idenƟfied during ground disturbing acƟviƟes, will explain the importance of and legal basis for the protecƟon of significant biological resources, and will outline acƟons that will be taken in the event sensiƟve biological resources are encountered during construcƟon acƟviƟes. This WEAP will be used to train all personnel working on the job site. Persons present at the WEAP training will learn the procedures to follow in the event that sensiƟve biological resources are uncovered during ground- disturbing acƟviƟes. These procedures include halƟng or redirecƟng construcƟon work to avoid impacts to resources, and the immediate contact of the site supervisor, ConstrucƟon Manager (CM), and on-site qualified biological monitor. This task includes the iniƟal on-site WEAP training at the commencement of construcƟon. WEAP training will be ongoing, implemented for new workers before they begin acƟviƟes on the Project and is included under Task 6.1. Deliverables: • WEAP; • IniƟal on-site WEAP training. Billed through December 31, 2024 - The total cost of Phase 02/Task 2.1 is $1,155.00. This task covered initial WEAP training before commencement of construction. No additional effort will be required for this task. Ongoing Biological Resources WEAP training will continue under Task 6.1. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 02/Task 2.1 is $0.00. Task 2.1 total cost - $1,155.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 3 Task 2.2: Cultural Resources Worker Environmental Awareness Program Mitigation Measure CUL-2: Worker Environmental Awareness Program (WEAP), included in the Draft EIR for the Portuguese Bend Landslide Remediation Project mandates that prior to commencing construction activities involving ground disturbance, the City’s Qualified Archaeologist and Archaeological Resources Monitor shall conduct a WEAP training for all construction personnel on how to work with the monitor to identify and minimize impacts to archaeological resources and maintain environmental compliance. Under Task 2.2, LSA will provide a WEAP that will describe the types of archaeological and/or paleontological resources that may be identified during ground disturbing activities, will explain the importance of and legal basis for the protection of significant archaeological and/or paleontological resources, and will outline actions that will be taken in the event of an encountering a sensitive archaeological and/or paleontological resource during construction activities. This WEAP will be used to train all personnel working on the job site. Persons present at the WEAP training will learn the procedures to follow in the event that sensitive archaeological and/or paleontological resources are uncovered during ground-disturbing activities. These procedures include halting or redirecting construction work to avoid impacts to resources, and the immediate contact of the site supervisor, CM, and on-site qualified archaeological and/or paleontological monitor. This task includes the initial on-site WEAP training at the commencement of construction. WEAP training will be ongoing, implemented for new workers before they begin activities on the Project and is included under Task 8.1. Deliverables: • WEAP; • Initial on-site WEAP training. Billed through December 31, 2024 - The total cost of Phase 02/Task 2.2 is $2,235.00. This task covered initial WEAP training before commencement of construction. No additional effort will be required for this task. Ongoing Cultural Resources WEAP training will continue under Task 8.1. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 02/Task 2.2 is $0.00. Task 2.2 total cost - $2,235.00 The total cost of Phase 02 is $3,390.00 PHASE 03 - RESOURCE/REGULATORY EMERGENCY PERMITTING ASSISTANCE LSA assisted the City in developing a strategy for securing the necessary emergency permits and approvals for the Project. Permit coverage was sought from the California Coastal Commission (Coastal Commission or CCC), the California Department of Fish and Wildlife (CDFW), the State Water Resources Control Board (SWRCB), Regional Water Quality Control Board (RWQCB), United States Fish and Wildlife Service (USFWS), and the U.S. Army Corps of Engineers (USACE). Under Phase 03, LSA will continue to assist the City in tracking permit compliance and coordinating with the regulatory agencies. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 4 Task 3.1: Permiƫng Strategy Development and Tracking Under Task 3.1, LSA will prepare a consolidated list of State and federal agency coordination and consultation requirements associated with pre-construction and construction activities associated with the Project, identify the applicable permitting agencies, identify the necessary regulatory and permitting requirements for emergency projects, identify and contact responsible agency staff, and coordinate between the City and the various permitting agencies. In addition, LSA will develop a permitting strategy and a permitting strategy matrix which will be regularly updated to track the permitting process. This task also includes identification of applicable mitigation measures from the Draft EIR for the Portuguese Bend Landslide Remediation Project, as well as requirements included in the NCCP/HCP. Deliverables: • Identification of applicable permits and responsible agency staff; • Permitting Strategy; and • Regularly updates to Permitting Strategy Matrix. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.1 is $30,658.75. Under Task 3.1, LSA will continue to track the necessary regulatory and permitting requirements for emergency projects and coordinate between the City and the various permitting agencies. In addition, LSA will continue to maintain the permitting strategy and a permitting strategy matrix to track the permitting process. Through the life of the project, LSA has prepared regular project updates for submittal to the regulatory agencies. Under this task, LSA would prepare a final project update on behalf of the City for submittal to the agencies. Deliverables: • Emergency permitting strategy. • Tracking through a Permitting Strategy Matrix. • Regular agency coordination and updates. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.1 is $10,380.00. Task 3.1 total cost - $41,038.75. Task 3.2: Agency NoƟcing/Permit PreparaƟon Under Task 3.2, LSA will assist the City in ongoing management of permitting and coordination with the regulatory agencies. The following subtasks provide a detailed scope of the requirements applicable to each agency. Task 3.2.1: California Coastal Commission – Emergency Coastal Development Permit The Project is located within the Coastal Zone and is subject to issuance of an Emergency Coastal Development Permit under the California Coastal Act (Pub. Res. Code. Div. 20) and the City’s Local Coastal Program (LCP). LSA will coordinate between the City and the Coastal Commission to secure an Emergency Coastal Development Permit. AcƟviƟes include submiƫng advance noƟce of the emergency Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 5 project with the Coastal Commission, preparaƟon of the emergency permit applicaƟon including aƩachments (e.g., proof of land ownership, site plans, vicinity maps), coordina Ɵon with City staff on applicaƟon review and signature, permit applicaƟon submiƩal to the Coastal Commission, and consultaƟon and coordinaƟon with Coastal Commission staff to ensure successful submiƩal and acceptance of the permit applicaƟon and permit issuance. Deliverables: • PreparaƟon of draŌ and final Emergency Coastal Development Permit applica Ɵons and aƩachments; • CoordinaƟon with Coastal Commission and City staff. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.1 is $8,613.75. The Project is located within the Coastal Zone and was subject to issuance of an Emergency Coastal Development Permit under the California Coastal Act (Pub. Res. Code. Div. 20) and the City’s Local Coastal Program (LCP). The Coastal Commission issued an emergency permit waiver on June 27, 2024. The emergency permit waiver was revoked on September 27, 2024, and the City was directed to prepare and submit a Coastal Development Permit (CDP) when feasible. LSA will assist the City with conƟnued coordinaƟon with the Coastal Commission and in coordinaƟon with the City’s Planning Department, preparaƟon of the CDP. AcƟviƟes include ongoing project updates to the Coastal Commission and preparaƟon of the CDP applicaƟon including aƩachments (e.g., proof of land ownership, site plans, vicinity maps), coordinaƟon with City staff on CDP applicaƟon review and signature, CDP applicaƟon submiƩal to the Coastal Commission, and consultaƟon and coordinaƟon with Coastal Commission staff to ensure successful submiƩal and acceptance of the CDP applicaƟon and issuance. LSA will also provide conƟnued coordinaƟon with the Coastal Commission under this task. Deliverables: • Preparation and submittal of a CDP for the project. • Ongoing agency coordination. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.1 is $4,370.00. Task 3.2.1 total cost - $12,983.75. Task 3.2.2: California Department of Fish and Wildlife – 1610 Emergency ExempƟon NoƟce California Fish and Game Code secƟon 1602 requires agencies to noƟfy CDFW of any acƟvity that may alter a river, streambed, or lake. Because the Project is situated in an area with idenƟfied drainages and would discharge groundwater into a drainage, the Project has potenƟal to affect one of these bodies. Fish and Game Code secƟon 1610 allows for emergency noƟficaƟon for acƟviƟes like the Project. LSA will coordinate with the City to file a 1610 Emergency ExempƟon NoƟce with the California Department of Fish and Wildlife (CDFW). AcƟviƟes include filing prenoƟficaƟon with CDFW staff, preparaƟon of the 1610 Emergency ExempƟon NoƟce, and filing of the noƟce with the CDFW via the Environmental Permit InformaƟon Management System (EPIMS). AcƟviƟes will also include coordinaƟon with City staff, including assisƟng the City in enrolling in the EPIMS system. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 6 Deliverables: • PreparaƟon and delivery of prenoƟficaƟon to the CDFW; • CoordinaƟon with the City to secure an EPIMS account; • Filing and documenƟng 1610 Emergency ExempƟon NoƟficaƟon with CDFW via the EPIMS system. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.2 is $3,327.50. California Fish and Game Code secƟon 1602 requires agencies to noƟfy CDFW of any acƟvity that may alter a river, streambed, or lake. Because the Project is situated in an area with idenƟfied drainages and would discharge groundwater into a drainage, the Project has potenƟal to affect one of these bodies. Fish and Game Code secƟon 1610 allows for emergency noƟficaƟon for acƟviƟes like the Project. LSA assisted the City with filing a 1610 Emergency ExempƟon NoƟce with the California Department of Fish and Wildlife (CDFW) via the EPIMS system. Under this task, LSA will assist the City with compleƟng this process with the CDFW. Deliverables: • Ongoing agency updates. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.2 is 3,185.00. Task 3.2.2 total cost - $6,512.50. Task 3.2.3: California Department of Fish and Wildlife/ U.S. Fish and Wildlife Service Coordina Ɵon Paragraph 12 of SecƟon 5.5, Habitat Impact Avoidance and MinimizaƟon Measures for Covered Projects and AcƟviƟes, of the NCCP/HCP, requires the City to submit resumes and other documentaƟon for any biologist used for implementaƟon of projects covered under the NCCP/HCP. Similarly, Mi ƟgaƟon Measure BIO-9: Retaining a qualified biologist, included in the DraŌ EIR for the Portuguese Bend Landslide RemediaƟon Project, requires retenƟon of a qualified biologist, approved by the CDFW and USFWS. In compliance with these requirements, LSA will coordinate on behalf of the City with the CDFW and USFWS by providing required documentaƟon for biologists working on the Project for review and approval. DocumentaƟon includes submiƫng biologists’ names, addresses, telephone numbers, résumés, and three references for each proposed biologist. This task also includes ongoing coordinaƟon and a maximum of three (3) meeƟngs with the CDFW and USFWS, including a project site visit by agency staff, planned, coordinated, and conducted by LSA. In addiƟon, this task includes iniƟal agency consultaƟon on unexpected discoveries of listed, candidate, or special status species in the field. Any required addiƟonal acƟvity not covered under Task 5, such as surveys, addiƟonal monitoring, and associated documentaƟon, would require a change order. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 7 Deliverables: • Names, addresses, telephone numbers, résumés, and three references for each proposed biologist; • Ongoing coordinaƟon with CDFW and USFWS; • A maximum of three (3) meeƟngs with the CDFW and USFWS, including a project site visit by agency staff, planned, coordinated, and conducted by LSA. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.3 is $31,167.50. In compliance with NCCP/HCP requirements and MiƟgaƟon Measure BIO-9, LSA will conƟnue to coordinate on behalf of the City, the CDFW and USFWS, and the PVPLC to coordinate one (1) site visit by the agencies and to provide requested informaƟon on habitat impacts associated with the emergency project (see Task 6.4). Deliverables: • Coordination on site visit with CDFW, USFWS, PVPLC, and the City. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.3 is $12,800.00. Task 3.2.3 total cost - $43,967.50. Task 3.2.4: U.S. Army Corps of Engineers Permit The Project is located in an area where there is potenƟal for introducƟon of dredged or fill material into an idenƟfied waters of the U.S. Per SecƟon 404 of the Clean Water Act (33 U.S.C. ch. 23 § 1151), these types of acƟviƟes must obtain a SecƟon 404 permit under the CWA. LSA will coordinate between the City and the USACE to prepare and file an applicaƟon for a Department of the Army Emergency Project Permit (Form ENG 4345). This task includes filing advance no Ɵce of the emergency project with the USACE, preparaƟon of the permit applicaƟon, including aƩachments, coordinaƟon with City staff for review and signature, and permit applicaƟon submiƩal. In addiƟon, LSA will meet, consult, and coordinate with USACE staff to ensure successful submiƩal and acceptance of the permit applicaƟon. Deliverables: • PreparaƟon and delivery of prenoƟficaƟon to the USACE; • Filing Form ENG 4345 and aƩachments; • CoordinaƟon with USACE staff. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.4 is $5,450.00. During the course of the emergency project, the U.S. Army Corps of Engineers indicated that the emergency project would not impact Waters of the U.S. and was thus outside the agency’s jurisdicƟon. Excluding regular project updates, no addiƟonal effort will be required for this task. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.4 is $815.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 8 Task 3.2.4 total cost - $6,265.00. Task 3.2.5: State Water Resources Control Board/Regional Water Quality Control Board CoordinaƟon Emergency Permit NoƟficaƟon Under SecƟon 401 of the CWA and the Porter-Cologne Water Quality Control Act (Porter-Cologne), the SWRCB and the RWQCB regulate discharges into waters of the U.S. and State during construc Ɵon acƟviƟes. LSA will coordinate between the City and the SWRCB and the Los Angeles RWQCB to submit prenoƟficaƟon and prepare and submit a NoƟce of Intent to enroll the emergency project under Regional General Permit (RGP) 63 for Emergency Repair and Protec Ɵon AcƟviƟes. The NoƟce of Intent requires detailed informaƟon about the Project, including a project descripƟon, details on the proposed soluƟon to the emergency, a descripƟon of erosion and sediment control measures, and project coordinates. LSA will idenƟfy the applicable fee and coordinate with the City on payment to the SWRCB. Deliverables: • PreparaƟon and delivery of prenoƟficaƟon; • PreparaƟon and delivery of NoƟce of Intent to enroll the emergency project under RGP 63; • CoordinaƟon with City staff on payment of permit applicaƟon fees. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.5 is $8,138.75. Under Task 3.2.5, LSA coordinated with the State Water Resources Control Board (SWRCB) and the Regional Water Control Board (RWQCB) in filing a NoƟce of Intent (NOI) to enroll under Regional General Permit (RGP) 63, Emergency Repair and ProtecƟon AcƟviƟes. Under this task, LSA will assist the City with compleƟng this process with the RWQCB. Deliverables: • ConƟnued coordinaƟon with the SWRCB and the RWQCB. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.5 is $2,185.00. Task 3.2.5 total cost - $10,323.75. Task 3.2.6: Los Angeles County SanitaƟon District Discharge Permit Per discussions with the LACSD, a discharge permit will be necessary to allow for discharge of water from the hydrauger arrays to the Los Angeles County sewer system. LSA will coordinate with the City, CM, and Ninyo & Moore to meet with LACSD to discuss the project and discharge permit requirements. LSA will work with Ninyo & Moore to prepare the project permit applicaƟon and water sample test results. LSA will provide the completed applicaƟon to the City for review and signature. The City will be responsible for submiƩal and further coordinaƟon with the LACSD. Deliverables: • Coordinate with LACSD staff; Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 9 • Permit applicaƟon preparaƟon and submiƩal; • CoordinaƟon with City staff; • CoordinaƟon with Ninyo & Moore on preparaƟon of permit applicaƟon supporƟng materials. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.6 is $3,877.50. It was iniƟally assumed that groundwater generated by the emergency project would be discharged to the Los Angeles County SanitaƟon District’s wastewater infrastructure. This plan was not carried forward. Accordingly, no addiƟonal effort will be required for this task. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.6 is $0.00. Task 3.2.6 total cost - $3,877.50. Task 3.2.7: Regional Water Quality Control Board NaƟonal Pollutant Discharge EliminaƟon System The CWA prohibits the discharge of pollutants through a “point source” into a water of the U.S. without a NaƟonal Pollutant Discharge EliminaƟon System (NPDES) permit. Point source refers to any conveyance, such as a drainage pipe, through which pollutants may be discharged. Because the Project will potenƟally discharge groundwater into the Klondike Canyon storm drain and test results indicate that the groundwater includes contaminants in excess of applicable thresholds, the Project must obtain a NPDES permit. Under Task 3.8, LSA will prepare a NoƟce of Intent to Comply With General Waste Discharge Requirements and NPDES permit as required by the CWA to allow the City to discharge water from the hydrauger arrays into the Klondike Canyon storm drain. Under this task, LSA will coordinate with RWQCB staff on permit applicaƟon preparaƟon, coordinate with Ninyo & Moore in preparaƟon of a water treatment plan to reduce contaminants below applicable thresholds that must be included with the NoƟce of Intent, prepare the NoƟce of Intent to comply with the NPDES, and submit the NoƟce of Intent to the City for review and signature. LSA will submit the signed noƟce to the RWQCB. Further coordinaƟon with the City and the RWQCB can be completed with a change order. Deliverables: • CoordinaƟon with RWQCB staff on NoƟce of Intent requirements and preparaƟon; • PreparaƟon of the NoƟce of Intent to comply with the NPDES; • SubmiƩal to the City for review and signature; and • SubmiƩal to the RWQCB. Billed through December 31, 2024 - The total cost of Phase 03/Task 3.2.7 is $16,573.75. Under Task 3.2.7, LSA assisted the City with preparaƟon of a NoƟce of Intent to Comply With General Waste Discharge Requirements and NPDES permit as required by the CWA to allow the City to discharge water from the deep dewatering wells and hydrauger arrays. Under this task, LSA will conƟnue to coordinate with Los Angeles RWQCB staff on supporƟng documentaƟon for the permit, coordinate with Ninyo & Moore on the monitoring and reporƟng requirements of the NPDES permit (See Phase 04), and provide conƟnued coordinaƟon with the RWQCB. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 10 Deliverables: • Monitoring and reporting program. • Ongoing coordination with RWQCB. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 03/Task 3.2.7 is $7,630.00. Task 3.2.7 total cost - $24,203.75. The total cost of Phase 03 is $149,172.50. PHASE 04 - WATER QUALITY SAMPLING REVIEW Task 4.1: Water Quality CoordinaƟon As a sub to LSA, Ninyo and Moore will provide assessment of the results of water quality sampling conducted on-site consistent with Order No. R4-2023-0429 General NPDES Permit No. CAG994004, Waste Discharge Requirements for Discharges of Groundwater from ConstrucƟon and Project Dewatering to Surface Waters in Coastal Watersheds of Los Angeles and Ventura CounƟes. Ninyo and Moore will provide: 1) screening of analyƟcal laboratory results of samples collected will include applicable parameters published in the referenced Order and 2) following receipt of the laboratory data for the on-site sampling, a leƩer report will be prepared that will discuss the findings and provide recommendaƟons for discharge based on screening the reported chemical concentraƟons against published screening levels in the above reference Order. The report will be signed by a Ninyo & Moore, California-licensed, Professional Geologist or Civil Engineer. Up to two (2) samples will be screened/assessed within the budget provided. Review of addiƟonal samples would require augmentaƟon of this task. Deliverables: • Water quality test results screening and review for up to two (2) samples; • CoordinaƟon with Ninyo & Moore. Billed through December 31, 2024 - The total cost of Phase 04/Task 4.1 is 10,820.00. LSA will conƟnue to coordinate with Ninyo & Moore on water quality issues that may arise during the course of the remainder of the Project, including discussions on the results of the third water quality analysis, and potenƟal need for treatment and type of treatment. This task also includes ongoing Project coordinaƟon for Ninyo & Moore, including aƩending meeƟngs, communicaƟng with client representaƟves and subcontractors, and updaƟng LSA with project scope, schedule, and budget changes. Deliverables: • Coordination meetings, as needed, with Ninyo & Moore and the Project team on water quality issues. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 04/Task 4.1 is $5,260.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 11 Task 4.1 total cost - $16,080.00. Task 4.2: Water Quality Analyses In the event that any water sample analyzed demonstrates contaminants in excess of the thresholds established by the Los Angeles County Regional Water Quality Control Board or the Los Angeles County Sanitation District for discharge of groundwater into the agencies’ facilities, a simplified treatment plan will need to be prepared identifying how groundwater contaminants will be reduced to levels below the applicable thresholds prior to discharge to the either the sewer or storm drain systems. Details of this simplified treatment plan are required as part of a Notice of Intent for the NPDES General Permits for Discharge of Wastewaters to Surface Waters, including simple diagrams demonstrating the treatment process. Under this task, Ninyo & Moore was charged with preparing a Stormwater PolluƟon PrevenƟon Plan (SWPPP) for the Project under the Statewide General Permit for Storm Water Discharges from ConstrucƟon Related AcƟviƟes, Order No. WQ 2022-0057-DWQ. To facilitate development of the SWPPP, N&M undertook the following acƟviƟes: • Ninyo & Moore conducted a site visit to ascertain site condiƟons and permit elements for the preparaƟon of the SWPPP, including primary construcƟon laydown areas, employed Best Management PracƟces, and other site-specific informaƟon. • In coordinaƟon with LSA and the City, Ninyo & Moore electronically filed the required permit registraƟon documents (PRDs) using the Storm Water MulƟple ApplicaƟon Report Tracking System (SMARTs) website; coordinate with LSA and the City on payment of the annual fee (not included in cost); and obtain a Waste Discharger IdenƟficaƟon Number for the site. • Ninyo & Moore aƩended project meeƟngs with LSA staff, and Contractor’s personnel to discuss scope, schedule, and project responsibiliƟes and lines-of-command. Please note that responsibility for preparaƟon of the SWPPP was transferred to another consultant. Accordingly, only a porƟon of the work on the SWPPP was completed. Total task cost reflects the actual amount of work completed by Ninyo & Moore under this task. Deliverables: • Simplified Treatment Plan details including treatment plan line drawing for inclusion with the NPDES application; • Formal water quality treatment plan; • Coordination with contractor and CM on water quality treatment plan. Billed through December 31, 2024 - The total cost of Phase 04/Task 4.2 is $0.00 (please note $27,085.00 for Ninyo & Moore shown in cost esƟmate tables under Subconsultant #2 on cost esƟmate tables). As a subconsultant to LSA, Ninyo and Moore has provided assessment of the results of water quality sampling conducted on-site. The NPDES Permit issued for the project includes requirements for a Monitoring and Reporting Program, under which the City must provide the results of a water sample analysis on a quarterly basis. Under Task 4.2, Ninyo & Moore will further support the Project by taking Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 12 four (4) additional groups of groundwater samples collected from Deep Dewatering Wells at the Project site as a requirement of the NPDES permit monitoring and reporting program (MRP). A letter report will be prepared that will discuss the findings of groundwater sampling and provide the reported chemical concentrations against published NPDES screening levels. The report will be signed by a Ninyo & Moore, California-licensed, Professional Geologist or Civil Engineer. If necessary, Ninyo & Moore will also provide opinions on potential treatment or discharge of the groundwater. Deliverables: • Water quality test results screening and review for four (4) groups of samples; • Letter reports on groundwater analysis findings to date. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 04/Task 4.2 is $0.00 (please note $29,880.65 for Ninyo & Moore shown in cost esƟmate tables under Subconsultant #2). Task 4.2 total cost - $0.00. The total cost of Phase 04 is $16,080.00. (please note $56,965.65 for Ninyo & Moore shown in cost esƟmate tables under Subconsultant #2) PHASE 05 - PRECONSTRUCTION SURVEYS Task 5.1: E-1 (northeast of Palos Verdes Drive South)- Pre-ConstrucƟon Rare Plant, Palos Verdes Blue BuƩerfly Host Plant, NesƟng Bird, and Crotch’s Bumble Bee Surveys for Area E-1 LSA will conduct expedited single-day pre-construcƟon surveys for Crotch’s bumble bee (CBB) (Bombus crotchii), rare plants, and nesƟng birds in project area E-1 in June 2024. The bumble bee survey will be conducted using binoculars and photography and does not involve capture of bees. Bird and bumble bee nests found during the survey will be marked using GPS and establishment of suitable protecƟon buffers. The rare plant and nesƟng bird surveys will target NCCP/HCP covered plant and bird species as well as any other rare, threatened, or endangered species for which potenƟal habitat exists on the project site. LSA will prepare a technical leƩer report documenƟng the survey methods and results. Deliverables: • Field surveys; • Technical leƩer report in Adobe Acrobat PDF format documenƟng the survey methods and results. Billed through December 31, 2024 - The total cost of Phase 05/Task 5.1 is $7,952.50. No addiƟonal effort will be required for this task. Survey acƟviƟes in support of the deep dewatering wells and winterizaƟon program are described under Task 5.6., DDWs and WinterizaƟon SensiƟve Resource Surveys. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 05/Task 5.1 is $0.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 13 Task 5.1 total cost - $7,952.00. Task 5.2: E-2 - Pre-construcƟon NesƟng Bird Surveys LSA will conduct pre-construcƟon surveys for nesƟng birds no more than three days prior to the onset of ground-disturbing acƟviƟes. The surveys will target NCCP/HCP covered species as well as any other rare, threatened, or endangered bird species for which potenƟal habitat exists on the project site. An LSA biologist familiar with the target species will survey the appropriate habitat areas. All bird species detected on the site during the survey will be idenƟfied to the extent necessary to determine rarity and lisƟng status. If the survey results are negaƟve, ground-disturbing acƟviƟes (e.g., grading, clearing, and grubbing) must begin within three days (72 hours) of the last survey visit or an updated survey will be required. If acƟve nests are detected, observaƟons of bird nesƟng acƟvity will be recorded and occupied bird nests will be mapped. An appropriate buffer around the nest locaƟon will be established as appropriate for the bird species. No work will occur within the determined buffer of the acƟve nest. Removal of the nest(s) shall be avoided unƟl the young have fledged and/or the nest is no longer acƟve, as determined by a qualified biologist. AddiƟonal follow-up survey(s), construcƟon monitoring, and/or coordinaƟon with the City or CDFW are not included in this scope of work; however, a change order with a separate scope can be provided if deemed necessary following compleƟon of this task. Upon compleƟon of the pre-construcƟon nesƟng bird survey, LSA will prepare a single leƩer report documenƟng the survey results. The report will include a figure showing the survey area and locaƟons of any acƟve bird nests, as well as any applicable exclusionary buffers. The report will be provided as an electronic draŌ in Adobe Acrobat PDF format. Response to one round of minor comments is included in this scope and esƟmate. Again, ground disturbance must begin within three days (72 hours) of the last survey, or an updated survey will be required. Deliverables: • Field surveys; • DraŌ technical leƩer report in Adobe Acrobat PDF format documenƟng the survey methods and results; • Final technical leƩer report in Adobe Acrobat PDF format. Billed through December 31, 2024 - The total cost of Phase 05/Task 5.2 is $1,396.25. No addiƟonal effort will be required for this task. Survey acƟviƟes in support of the deep dewatering wells and winterizaƟon program are described under Task 5.6., DDWs and WinterizaƟon SensiƟve Resource Surveys. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 05/Task 5.2 is $0.00. Task 5.2 total cost - $1,396.25. Task 5.3: E-2 - Pre-construcƟon Rare Plant, and Palos Verdes Blue Host Plant for Area E-2 LSA will conduct pre-construcƟon surveys for rare plants, and the host plants of the Palos Verdes blue buƩerfly (Glaucopsyche lygdamus palosverdesensis) prior to ground disturbing acƟviƟes associated with E-2. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 14 The rare plant survey will be conducted in June 2024 during the flowering period of the target species in the NCCP/HCP. The survey will target NCCP/HCP covered plant species as well as any other rare, threatened, or endangered plant species for which potenƟal habitat exists on the project site. An LSA biologist familiar with the target species will survey the appropriate habitat areas. All plant species detected on the site during the survey will be idenƟfied to the extent necessary to determine rarity and lisƟng status. If any target plant species are found, the biologist will flag the locaƟon and take global posiƟoning system (GPS) coordinates. A survey for host plants of the Palos Verdes blue buƩerfly (Glaucopsyche lygdamus palosverdesensis) will be conducted at the Ɵme of the rare plant survey. Host plants of this buƩerfly include Santa Barbara milkvetch (Astragalus trichopodus var. lonchus) and deerweed (Acmispon glaber). Any locaƟons of these species encountered during the survey will be mapped with GPS. Upon compleƟon of the E-2 area pre-construcƟon surveys, LSA will prepare a single leƩer report documenƟng the survey results. The report will include a figure showing the survey area and locaƟons of any rare plants, Palos Verdes blue buƩerfly (Glaucopsyche lygdamus palosverdesensis) host plants, as well as any applicable exclusionary buffers. The report will be provided as an electronic draŌ in Adobe Acrobat PDF format. Response to one round of minor comments is included in this scope and esƟmate. Deliverables: • Field surveys; • DraŌ technical leƩer report in Adobe Acrobat PDF format documenƟng the survey methods and results; • Final technical leƩer report in Adobe Acrobat PDF format. Billed through December 31, 2024 - The total cost of Phase 05/Task 5.3 is $2,600.00. No addiƟonal effort will be required for this task. Survey acƟviƟes in support of the deep dewatering wells and winterizaƟon program are described under Task 5.6., DDWs and WinterizaƟon SensiƟve Resource Surveys. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 05/Task 5.3 is $0.00. Task 5.3 total cost - $2,600.00. Task 5.4: E-2 - Pre-ConstrucƟon Bumble Bee and Bee Nest Survey LSA will conduct a pre-construcƟon survey for Crotch’s bumble bee (CBB) (Bombus crotchii) in the E-2 project area. The survey will consist of a one-day foraging bumble bee survey followed by a bumble bee nest survey in areas of suitable habitat. An LSA biologist authorized to survey for CBB by the CDFW will conduct the surveys in accordance with the most recent CDFW guidelines: Survey ConsideraƟons for California Endangered Species Act (CESA) Candidate Bumble Bee Species (CDFW, June 6, 2023). At least 14 days prior to the anƟcipated start date of the surveys, LSA will submit a noƟficaƟon of intent to survey to the CDFW. Bumble bees encountered during surveys will be captured with a net, photographed, and released on site. The bumble bee nest survey involves systemaƟcally walking through Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 15 suitable nesƟng habitat areas while looking for potenƟal nest sites and for high levels of bee acƟvity that may signal a nest site. AŌer compleƟon of the surveys, LSA will prepare a survey leƩer report describing the habitat on site and documenƟng the survey results. In accordance with LSA’s survey permit, copies of the reports will be submiƩed to CDFW within two weeks of report compleƟon, and locaƟon informaƟon for any CBB detected will be submiƩed to the California Natural Diversity Database. If CBB is detected during the surveys addiƟonal coordinaƟon with CDFW may be required to avoid or miƟgate impacts. Deliverables: • Field surveys; • DraŌ technical leƩer report in Adobe Acrobat PDF format documenƟng the survey methods and results; • Final technical leƩer report in Adobe Acrobat PDF format. Billed through December 31, 2024 - The total cost of Phase 05/Task 5.1 is $10,512.50. No addiƟonal effort will be required for this task. Survey acƟviƟes in support of the deep dewatering wells and winterizaƟon program are described under Task 5.6., DDWs and WinterizaƟon SensiƟve Resource Surveys. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 05/Task 5.1 is $0.00. Task 5.4 total cost - $10,512.50. Task 5.5: E-2 – AlternaƟve Trail Access LSA will provide assistance in determining the appropriate of using the existing Vanderlip trail for access to E-2. This assistance includes a site walk and confirmation of the current underlying property owner of the trail. If the use of Vanderlip Trail is determined to not be feasible, LSA will work with the Contractor and the PVPLC to identify an alternative access route and will conduct a pre-construction survey to make sure no species of concern would be impacted by this activity. Deliverables: • Assessment of use of Vanderlip Trail • Identification of new cut across trail and pre-construction survey. Billed through December 31, 2024 - The total cost of Phase 05/Task 5.5 is $3,100.00. No additional effort will be required for this task. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 05/Task 5.5 is $0.00. Task 5.5 total cost - $3,100.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 16 Task 5.6: DDWs and WinterizaƟon SensiƟve Resource Surveys This task was not included in the original scope of work. Billed through December 31, 2024 - The total cost of Phase 01/Task 5.6 is $0.00 . SecƟon 5.6, Avoidance and MinimizaƟon Measures for Covered Species, of the NCCP/HCP requires compleƟon of pre-project surveys for covered species known to be found in the Project area. These survey requirements are necessary to maintain take permit coverage for covered species. Survey protocols for some species require a set number of surveys to be conducted at specific Ɵmes of year. This scope of work covers periods between October 2024 and March 2025. The project acƟviƟes that would necessitate surveys occurred outside applicable survey windows. Accordingly, the required survey acƟvity for this period of Project implementaƟon has been consolidated under this task. These acƟviƟes will include database searches for known occurrences of covered species in areas where Project acƟviƟes will be taking place, followed by data verificaƟon by way of onsite inspecƟon of the applicable area (ground proofing). This includes ongoing surveys for host plants for the Palos Verdes Blue BuƩerfly (Glaucopsyche lygdamus palosverdesensis) and El Segundo Blue BuƩerfly (Euphilotes bayƩoides allyni). Breeding season for relevant bird species will commence during the Ɵmeframe of this scope of work. Accordingly, in the event of addiƟonal construcƟon or maintenance acƟviƟes, surveys for nesƟng birds may need to be conducted. Included bird species are Coastal California Gnatcatcher (PoliopƟla californica californica) and cactus wren (Campylorhynchus brunneicapillus). The Monarch buƩerfly is a candidate species for lisƟng under the federal Endangered Species Act (ESA) and a California species of special concern. Because the Project may include disturbances to trees favored by Monarch buƩerflies (Danaus plexippus Plexippus) for overwintering roosƟng. This task includes two one-day surveys (November through February) for presence of roosƟng Monarch buƩerflies in the project area. Finally, the status of the western burrowing owl (Athene cunicularia) changed during the course of the project and the species is now a candidate for lisƟng under the California Endangered Species Act. Accordingly, in the event of construcƟon or maintenance, this prompts compleƟon of surveys to idenƟfy the presence of suitable habitat for the species in the project area. Scope of services for January 1, 2025, through March 31, 2025 - The total cost of Phase 01/Task 5.6 is $8,910.00. Task 5.6 total cost - $8,910.00. Deliverables: • Database searches and ground proofing; • Field surveys for wintering birds and Monarch butterfly. The total cost of Phase 05 is $34,471.25. Phase 06 – Biological Resources Monitoring Task 6.1: Biological Resources Monitoring LSA will provide biological monitoring for the construcƟon areas associated with the E-1 and E-2 hydrauger arrays, including access road and drill rig pad development and associated ground Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 17 disturbance. This scope of work anƟcipates that one biological monitor will be required to observe disturbances in previously undisturbed land areas on a full-Ɵme basis for 12 hours a day, 6 days per week (Monday through Saturday), for 12 weeks. Consistent with the requirements of the Migratory Bird Treaty Act (MBTA), monitors will record observaƟons of bird/raptor nesƟng acƟvity and the occupied bird/raptor nests will be mapped throughout the 12 week period as it is nesƟng bird season (February 1 through September 15). A buffer around the nest locaƟon will be established as appropriate for the bird/raptor species. No work will occur within the determined buffer of the acƟve nest. Removal of the nest(s) shall be avoided unƟl the young have fledged and/or the nest is no longer acƟve, as determined by a qualified biologist. The California gnatcatcher (PoliopƟla californica) is listed as endangered under the CESA and threatened under the federal Endangered Species Act (FESA). If California gnatcatcher nesƟng acƟvity is detected, then all construcƟon acƟvity must occur outside of a 300-foot buffer surrounding each nest. ConstrucƟon noise levels should be monitored and not exceed 60 dBA within the 300-foot buffer zone unless authorized by the Wildlife Agencies. The status of the nest will be monitored by a qualified biologist. The buffer zones and noise limits will be implemented unƟl the young have fledged and/or the nest is no longer acƟve, as determined by a qualified biologist. To saƟsfy the NCCP/HCP surveys for herpetofauna (repƟles) during the first days of iniƟal grading in areas within the Preserve will be monitored and documented in combinaƟon with ongoing resource monitoring. This task will include ongoing resource monitoring of target NCCP/HCP covered species including birds (e.g., cactus wren), mammals, herpetofauna (repƟles), buƩerflies, bumblebees and plants as well as any other rare, threatened, or endangered species for which potenƟal habitat exists on the project site; daily sweeps of the construcƟon areas to ensure applicable measures to protect biological resources from construcƟon acƟvity are being followed; idenƟficaƟon of any resources of concern; coordinaƟon with the CM and the contractor regarding any resources of concern; conducƟng ongoing WEAP training of new on-site personnel; digital mapping of habitat impacted by construcƟon acƟviƟes; and monitoring of daily construcƟon acƟviƟes. Monitors will proacƟvely work with the contractors and CM to site acƟviƟes in lower sensiƟvity habitats, as defined within Paragraph 20 of SecƟon 5.5, Habitat Impact Avoidance and MinimizaƟon Measures for Covered Projects and AcƟviƟes, of the NCCP/HCP, to the extent feasible. Covered (Plant) Species and cacƟ may be removed from impact areas and relocated to an adjacent or suitable locaƟon within the Preserve, in coordinaƟon with the Wildlife Agencies. The City and its Preserve Habitat Manager shall be noƟfied at least ten (10) working days prior to impacts for potenƟal salvaging and relocaƟon opportuniƟes. The project area includes sensiƟve biological habitat/resources and is located within the Rancho Palos Verdes NCCP/HCP Preserve. While 12 weeks of full-Ɵme monitoring of construcƟon acƟviƟes have been esƟmated for purposes of this scope work. The actual level of monitoring will depend on the construcƟon schedule and the field condiƟons encountered on-site and a change order may be required. Monitoring of hydrauger operaƟons is not included in this esƟmate but can be added at a later date through a change order. Deliverables: • Ongoing resource monitoring of target NCCP/HCP covered species as well as any other rare, threatened, or endangered species for which potenƟal habitat exists on the project site; • Daily sweeps of the construcƟon areas to ensure applicable measures to protect biological resources from construcƟon acƟvity are being followed; Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 18 • IdenƟficaƟon of any resources of concern; • CoordinaƟon with the CM and the contractor regarding any resources of concern; • ConducƟng ongoing WEAP training of new on-site personnel; • Digital mapping of habitat impacted by construcƟon acƟviƟes; and • Monitoring of daily construcƟon acƟviƟes. Billed through December 31, 2024 - The total cost of Phase 06/Task 6.1 is $286,070.00. Under Task 6.1, LSA will conƟnue to provide as-needed biological monitoring for the construcƟon areas associated with the Project operaƟons and maintenance. The project area includes sensiƟve biological habitat/resources and is located within the Rancho Palos Verdes NCCP/HCP Preserve. Because construcƟon work has been completed for the Emergency Project and it is assumed that liƩle to no monitoring will be required for this task. However, for purposes of this scope of work, LSA has planned for one biological monitor to provide monitoring coverage for ten 12 hour days during periods of repair and maintenance. The actual level of monitoring will depend on the construc Ɵon schedule and the field condiƟons encountered on-site and a change order may be required. This task will include ongoing resource monitoring of target NCCP/HCP covered species including birds (e.g., cactus wren), mammals, herpetofauna (repƟles), buƩerflies, bumblebees and plants as well as any other rare, threatened, or endangered species for which potenƟal habitat exists on the project site; daily sweeps of the construcƟon areas to ensure applicable measures to protect biological resources from construcƟon acƟvity are being followed; idenƟficaƟon of any resources of concern; coordinaƟon with the CM and the contractor regarding any resources of concern; conducƟng ongoing WEAP training of new on-site personnel; digital mapping of habitat impacted by construcƟon acƟviƟes; and monitoring of daily construcƟon acƟviƟes. Monitors will proacƟvely work with the contractors and CM to site acƟviƟes in lower sensiƟvity habitats, as defined within Paragraph 20 of SecƟon 5.5, Habitat Impact Avoidance and MinimizaƟon Measures for Covered Projects and AcƟviƟes, of the NCCP/HCP, to the extent feasible. Covered (Plant) Species and cacƟ may be removed from impact areas and relocated to an adjacent or suitable locaƟon within the Preserve, in coordinaƟon with the Wildlife Agencies. The City and its Preserve Habitat Manager shall be noƟfied at least ten (10) working days prior to impacts for potenƟal salvaging and relocaƟon opportuniƟes. Deliverables: • Ongoing resource monitoring of target NCCP/HCP covered species as well as any other rare, threatened, or endangered species for which potential habitat exists on the project site; • Daily sweeps of the construction areas to ensure applicable measures to protect biological resources from construction activity are being followed; • Identification of any resources of concern; • Coordination with the CM and the contractor regarding any resources of concern; • Conducting ongoing WEAP training of new on-site personnel; • Digital mapping of habitat impacted by construction activities; and • Monitoring of daily construction activities. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 06/Task 6.1 is $26,400.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 19 Task 6.1 total cost - $312,470.00. Task 6.1.a: Second Biological Monitor If warranted by the project schedule, LSA will provide a second biological monitor for the construc Ɵon areas associated with the E-1 and E-2 hydrauger arrays, including access road and drill rig pad development and associated ground disturbance. This scope of work includes provision of a second biological monitor on a full-Ɵme basis for 12 hours a day, 6 days per week (Monday through Saturday), for 3 weeks. If provision of a second monitor beyond 3 weeks is required due to the project schedule, a change order would be required. Billed through December 31, 2024 - The total cost of Phase 06/Task 6.1.a is $86,372.50. This scope of work assumes that no addiƟonal effort will be required for this task between January 1 and March 31, 2025. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 06/Task 6.1.a is $0.00. Task 6.1.a total cost - $86,372.50. Task 6.2: Biological Resources CoordinaƟon Under Task 6.2, LSA’s biological staff will engage in regular coordinaƟon among project staff, scheduling, communicaƟons with the Project team, and daily tracking of monitoring ac Ɵvity. The LSA point of contact (POC)/coordinator for biological monitoring, or their designee will provide up to 300 (25 hours a week for 12 weeks) hours of coordinaƟon. AddiƟonally, senior biological staff with technical experƟse will provide up to 36 (3 hours a week for 12 weeks) hours of coordinaƟon related to specific species or habitats encountered on-site. Monitoring logs will be submiƩed to the CM on a daily basis. Deliverables: • Daily coordinaƟon with on-site monitors, CM and Contractor; and • Review and uploading of daily monitoring logs. Billed through December 31, 2024 - The total cost of Phase 06/Task 6.2 is $81,670.00. Under Task 6.2, LSAs biological staff will engage in regular coordinaƟon among project staff, scheduling, communicaƟons with the Project team, and daily tracking of monitoring ac Ɵvity. This task includes preparaƟon of daily biological monitoring logs. Monitoring logs will be submiƩed to the CM on a daily basis during periods when monitoring is required. Deliverables: • Daily coordinaƟon with on-site monitors, CM and Contractor; and • Review and uploading of daily monitoring logs. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 06/Task 6.2 is $12,140.00. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 20 Task 6.2 total cost - $93,810.00. Task 6.3: Biological Resources Expert Review Under Task 6.3, LSAs associate biological staff will provide expert review of biological resources, data, memos or survey results that require a USFWS or CDFW permiƩed biologist level of experƟse for any target NCCP/HCP covered species as well as any other rare, threatened, or endangered species for which potenƟal habitat exists on the project site (up to 12 hours). This includes but is not limited to subject maƩer experts of botany, ornithology, mammalogy, and entomology as it pertains to species expected to occur or likely to occur within the project site. Deliverables: • Biological resources expert consultaƟon and review. Billed through December 31, 2024 - The total cost of Phase 06/Task 6.3 is $1,535.00. This scope of work assumes that no addiƟonal effort will be required for this task between January 1 and March 31, 2025. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 06/Task 6.3 is $0.00. Task 6.3 total cost - $1,535.00 Task 6.4: Biological Resources Impact Assessment This task was not included in the original scope of work. Billed through December 31, 2024 - The total cost of Phase 06/Task 6.4 is $0.00. The Wildlife Agencies have requested quanƟficaƟon of impacts to habitat associated with the project in order to determine the amount of take as covered under the NCCP/HCP. Specifically, the Wildlife Agencies have requested the following informaƟon: 1. QuanƟficaƟon of total impacts by all vegetaƟon types (including disturbed, riparian, etc.), in addiƟon to CSS and grassland. 2. Breakdown of impacts within Preserve, within Neutral Lands, and outside both Preserve and Neutral Lands (to include City acƟviƟes and projects by ACLAD, KCLAD, CalWater, etc.) 3. A map of current impact areas with Preserve and Neutral Lands delineated (and future work areas, if possible) 4. A preliminary assignment of impacts to “buckets” (Covered AcƟvity categories per Tables 5-1 and 5-2 in the NCCP/HCP), to the extent feasible and understanding this is preliminary 5. An esƟmate of impacts related to future DDW installaƟon, winterizaƟon, and other emergency acƟviƟes (including ACLAD or KCLAD projects) This task covers the work necessary to respond to items 1 through 4. Providing the informa Ɵon requested under item 5 is not feasible at this Ɵme. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 21 Under this task, LSA will quanƟfy impacts associated with the emergency project only based on data collected in the field for areas within and outside the Preserve. Because the term “Neutral Lands” does not have an agreed upon definiƟon between the City and the Wildlife Agencies, impacts will be categorized as “Preserve” and “Outside Preserve.” LSA will coordinate with the Conservancy for data on impacts to other areas. Analysis will be limited to the emergency project and data regarding impacts to rare plants provided by the Palos Verdes Peninsula Land Conservancy. KCLAD, ACLAD, CalWater impacts are outside this scope (not signatories). QuanƟficaƟon of impacts to vegetaƟon will be limited to idenƟficaƟon of impacts to habitat subtype (e.g., Artemisia-dominated scrub, Eriogonum-dominated scrub, Encelia-dominated scrub, Baccharis- dominated scrub, Rhus-dominated scrub, and Atriplex salt-scrub). Following quanƟficaƟon of impacts, map(s) will be produced idenƟfying the area of impact and type of impact. The NCCP/HCP idenƟfies proposed Covered City Projects and the total acreage of allowed habitat loss for each project, broken down by Coastal Sage Scrub and Grassland (see Table 5-1 in the NCCP/HCP). A total of 17 projects are idenƟfied in Table 5-1. Aspects of the emergency project may fall within one or more of these projects. Under this task, LSA would work with the City and the Conservancy to idenƟfy which projects the emergency project may fall under and the total acreage taken under each project. Deliverables: • Quantification and tabulation of areas impacted by the emergency project broken down by habitat type presented in a mapbook and accompanying technical memorandum. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 06/Task 6.4 is $33,230.00. Task 6.4 total cost - $33,230.00. The total cost of Phase 06 is $527,417.50. Phase 07 - Paleontological Resources Impact Mitigation Program (PRIMP) Task 7.1 PreparaƟon of DraŌ PRIMP MiƟgaƟon Measure PAL-2: Paleontological MiƟgaƟon Plan, included in the DraŌ EIR for the Portuguese Bend Landslide RemediaƟon Project provides for preparaƟon of a Paleontological MiƟgaƟon Plan outlining procedures for paleontological data recovery. Under Task 7, LSA will review project plans, relevant geological and paleontological literature, and any available project technical reports and prepare a Paleontological Resources Impact MiƟgaƟon Program (PRIMP) that will discuss the appropriate miƟgaƟon requirements regarding paleontological resources for this project. This PRIMP will follow the guidelines set forth by the project miƟgaƟon measures, any reviewing agency comments/direcƟon, Society of Vertebrate Paleontology (SVP) guidelines, and industry best pracƟces. It will describe the proposed project and grading plans, the specific protocols and procedures of monitoring and fossil collecƟon acƟviƟes, the necessary qualificaƟons for project personnel, the necessary acƟons in the event that paleontological resources are discovered, the treatment methods for those resources, the insƟtuƟon that will curate any recovered resources, and the necessary report at the conclusion of the Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 22 monitoring program. For the purposes of this proposal, LSA assumes one round of responses to minor comments on this PRIMP from the City. Deliverables: • CoordinaƟon with the City; • DraŌ PRIMP in Adobe Acrobat PDF format. Billed through December 31, 2024 - The total cost of Phase 07/Task 7.1 is $4,872.00. No additional effort will be required for this task. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 07/Task 7.1 is $0.00. Task 7.1 total cost - $4,872.00. Task 7.2 PreparaƟon of a Final PRIMP Based on the comments from the City on the DraŌ PRIMP prepared under Task 7.1, LSA will prepare a final PRIMP. Deliverables: • CoordinaƟon with the City; • Final PRIMP in Adobe Acrobat PDF format. Billed through December 31, 2024 - The total cost of Phase 07/Task 7.2 is $0.00. Based on the comments from the City on the Draft PRIMP prepared under Task 7.1, LSA will prepare a final PRIMP. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 07/Task 7.2 is $1,940.00. Task 7.2 total cost - $1,940.00. The total cost of Phase 07 is $6,812.40. Phase 08 - Archaeological and Paleontological and Tribal Resources Monitoring Task 8.1: Archaeological and Paleontological Resources Monitoring MiƟgaƟon Measure CUL-1: Retaining a Qualified Archaeologist, included in the DraŌ EIR for the Portuguese Bend Landslide RemediaƟon Project, requires the City to retain the services of a Qualified Archaeologist and MiƟgaƟon Measure PAL-1: Paleontological Resources Monitor, requires the City to retain the services of a Qualified Paleontologist prior to ground disturbance. Mi ƟgaƟon Measure CUL-3: Monitoring During Ground-Disturbing AcƟviƟes, provides for the archaeological resources monitor to be present on site at the commencement of any ground disturbance acƟviƟes. Under this task, LSA will Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 23 provide paleontological/archaeological monitoring and paleontological negaƟve results reporƟng for E-1 and E-2, access road development, drill rig pad development and associated ground disturbance. This scope of work assumes that one archaeological/ paleontological monitor will be required to observe disturbances in previously undisturbed land areas on a full-Ɵme basis for 11 hours a day, 6 days per week (Monday through Saturday), for up to 12 weeks. The duraƟon of monitoring will depend on the extent of ground disturbing acƟviƟes that have the potenƟal to affect archaeological or paleontological resources based on input from the Principal InvesƟgator and Principal Paleontologist. Monitoring logs will be submiƩed to the CM on a daily basis. Deliverables: • Daily monitoring logs. Billed through December 31, 2024 - The total cost of Phase 08/Task 8.1 is $218,168.75. Under Task 8.1, LSA will conƟnue to provide as-needed archaeological and paleontological resources monitoring for the construcƟon areas associated with the Project operaƟons and maintenance. Because construcƟon work has been completed for the Emergency Project, it is assumed that liƩle to no monitoring will be required for this task. However, for purposes of this scope of work, LSA has planned for one cultural resources monitor to provide monitoring coverage for ten 12 hour days during periods of repair and maintenance. Monitoring logs will be submiƩed to the CM on a daily basis. The actual level of monitoring will depend on the construcƟon schedule and the field condiƟons encountered on-site and a change order may be required. Deliverables: • Daily monitoring logs. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 08/Task 8.1 is $16,080.00. Task 8.1 total cost - $234,248.75. Task 8.2: Archaeological and Paleontological Expert Review and CoordinaƟon The LSA point of contact (POC)/coordinator for monitoring, or his designee will provide up to 72 hours of coordinaƟon (1 hour per day, 6 days a week (Monday through Saturday), for 12 weeks) with the LSA archaeological/paleontological and tribal monitors, including review of daily logs and submiƩal to the CM. AddiƟonally, the Principal InvesƟgator (PI) of Archaeology and Qualified Principal Paleontologist will provide up to 30 hours of assessment for archaeological and/or paleontological resources. It is important to note that the project area is documented to be adjacent to sensiƟve paleontological and archaeological resources. This proposal is based on negaƟve findings. If unmapped/untreated historic, prehistoric, or paleontological resources are encountered during ground-disturbing acƟviƟes, monitoring levels will need to be assessed; the new resources will need treatment, which may require a budget adjustment. For purposes of this Ɵme and materials budget, 12 weeks of full-Ɵme monitoring have been esƟmated. The actual level of monitoring will depend on the construc Ɵon schedule and the field condiƟons encountered on-site and augmentaƟon of this task will be required. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 24 Deliverables: • Daily coordinaƟon of archaeological/paleontological and tribal monitoring; • Review and uploading of daily monitoring logs for archaeological/paleontological and tribal monitors; • Up to 72 hours of coordinaƟon with the City and construcƟon staff; • Up to 30 hours of PI assessment for archaeological and/or paleontological resources. Billed through December 31, 2024 - The total cost of Phase 08/Task 8.2 is $76,578.75. The LSA Point of Contact (POC)/coordinator for monitoring, or his designee will conƟnue to provide coordinaƟon as needed through March 31, 2025, with the LSA archaeological/paleontological and tribal monitors, including review of daily logs and submiƩal to the CM. AddiƟonally, the Principal InvesƟgator (PI) of Archaeology and Qualified Principal Paleontologist will provide conƟnued assessment for archaeological and/or paleontological resources. It is important to note that the project area is documented to be adjacent to sensiƟve paleontological and archaeological resources. This proposal is based on negaƟve findings. If unmapped/untreated historic, prehistoric, or paleontological resources are encountered during ground-disturbing acƟviƟes, monitoring levels will need to be assessed; the new resources will need treatment, which may require a budget adjustment. The actual level of monitoring will depend on the construcƟon schedule and the field condiƟons encountered on-site and augmentaƟon of this task will be required. Deliverables: • Daily coordinaƟon of archaeological/paleontological and tribal monitoring; • Review and uploading of daily monitoring logs for archaeological/paleontological and tribal monitors. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 08/Task 8.2 is $3,480.00. Task 8.2 total cost - $80,058.75. Task 8.3: Tribal Resources Monitoring MiƟgaƟon Measure TCR-1: Tribal Cultural Resources Monitoring, included in the DraŌ EIR for the Portuguese Bend Landslide RemediaƟon Project states that prior to the commencement of any ground- disturbing acƟviƟes at the project site, California NaƟve American tribes that have informed the City that they are tradiƟonally and culturally affiliated with the geographic area will be invited to observe and monitor the ground-disturbing acƟviƟes. Under Task 8.1, LSA will coordinate with the Gabrieleño-Tongva Tribe to secure the services of one NaƟve American monitor to observe required disturbances in previously undisturbed land areas. Under Task 8.3, a NaƟve American monitor will observe on a full-Ɵme basis for 10 hours a day, 6 days per week (Monday through Saturday), for 12 weeks. Services provided will include driving Ɵme to the Project site. Monitoring logs will be submiƩed to the Cultural POC on a daily basis. Deliverables: • CoordinaƟon with LSA POC; • Daily monitoring logs. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 25 Billed through December 31, 2024 - The total cost of Phase 08/Task 8.3 is $4,715.00. (please note $161,301.38 for Tribal Monitor shown in cost esƟmate tables under Subconsultant #1). LSA will conƟnue to coordinate with the Gabrieleño-Tongva Tribe to provide as-needed NaƟve American monitoring for the construcƟon areas associated with the Project operaƟons and maintenance. Because construcƟon work has been completed for the Emergency Project, it is assumed that liƩle to no monitoring will be required for this task. However, for purposes of this scope of work, LSA has planned for one NaƟve American monitor to provide monitoring coverage for ten 12 hour days during periods of repair and maintenance. Monitoring logs will be submiƩed to the Cultural POC on a daily basis. The actual level of monitoring will depend on the construcƟon schedule and the field condiƟons encountered on-site and a change order may be required. Deliverables: • Coordination with LSA POC; • Daily monitoring logs. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 08/Task 8.3 is $1,165.00 (please note $11,050.00 for Tribal Monitor shown in cost esƟmate tables under Subconsultant #1). Task 8.3 total cost - $5,880.00. The total cost of Phase 08 is $320,187.50 (please note $172,351.38 for Tribal Monitor shown in cost esƟmate tables under Subconsultant #1). Phase 09 – Project Management/Coordination Meetings Task 9.1: Project Management Under Task 9.1, LSA will conduct project management acƟviƟes. This includes internal coordinaƟon among LSA staff; regular email and/or virtual communicaƟon conducted to convey baseline project schedules, changes to the schedule, modificaƟons to the project elements or other items that affect environmental resources/monitoring and/or permiƫng; and preparaƟon of progress reports and invoices for work completed. Deliverables: • Project management communicaƟons; • Project schedules; and • Progress Reports/Invoicing. Billed through December 31, 2024 - The total cost of Phase 09/Task 9.1 is $54,090.00. Under Task 9.1, LSA will conduct project management acƟviƟes. This includes internal coordinaƟon among LSA staff; regular email and/or virtual communicaƟon conducted to convey baseline project schedules, changes to the schedule, modificaƟons to the project elements or other items that affect environmental resources/monitoring and/or permiƫng; and preparaƟon of progress reports and invoices for work completed. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 26 Deliverables: • Project management communications; • Project schedules; and • Progress Reports/Invoicing. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 09/Task 9.1 is $20,300.00. Task 9.1 total cost - $74,390.00. Task 9.2: CoordinaƟon MeeƟngs LSA will proacƟvely work with the City, CM, and contractor to ensure that environmental monitoring and permiƫng assistance is conducted effecƟvely and in a Ɵmely manner. This will require ongoing coordinaƟon between the City, LSA, and the other contractors involved in the Project. LSA staff members will aƩend twice weekly virtual team coordinaƟon meeƟngs (Monday and Wednesday) for up to 12 weeks to provide updates on monitoring, pre-construcƟon surveys and permiƫng. AddiƟonal coordinaƟon and meeƟngs will be provided at the request of the City; in this event, a change order may be necessary. Deliverables: • MeeƟng aƩendance, twice weekly for up 12 weeks. Billed through December 31, 2024 - The total cost of Phase 09/Task 9.2 is $34,206.25. LSA will proacƟvely work with the City, CM, and contractor to ensure that environmental monitoring and permiƫng assistance is conducted effecƟvely and in a Ɵmely manner. This will require ongoing coordinaƟon between the City, LSA, and the other contractors involved in the Project. Two (2) LSA staff members will aƩend once weekly virtual team coordinaƟon meeƟngs (Monday) for up to 26 weeks (October 1 through March 31, 2024). During the meeƟngs, LSA will provide updates on monitoring, pre- construcƟon surveys, and permiƫng. AddiƟonal coordinaƟon and meeƟngs will be provided at the request of the City; in this event, a change order may be necessary. Deliverables: • Meeting attendance, once weekly for up 16 weeks. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of Phase 09/Task 9.2 is $6,000.00. Task 9.2 total cost - $40,206.25. The total cost of Phase 09 is $114,596.25. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 S COPE OF S ERVICES J ANUARY 2025 P ORTUGUESE BEND L ANDSLIDE EMERGENCY R EPAIR PROJECT R ANCHO P ALOS V ERDES , CA 2/6/25 27 Reimbursable Expenses Reimbursable expenses include milage to the project site and hotel costs and per diem for staff working in the field. Billed through December 31, 2024 - The total cost of esƟmated reimbursables expenses was $43,242.17. Reimbursable expenses include milage to the project site and hotel costs and per diem for staff working in the field, as well as expenses related to idenƟfying potenƟal impacts associated with the emergency project. Scope of services for January 1, 2025, through March 31, 2025 - The total addiƟonal cost of reimbursable expenses is $2,344.30. Reimbursable expenses total $45,586.47. Contingency The original scope of work provided for a conƟngency of $98,235.00 No addiƟonal conƟngency is requested under Contract Amendment 1. Total Project Cost The total billed for work completed through December 31, 2024, is $1,251,706.05 (see Table 1). The esƟmated costs for conƟnued work from January 1, 2025, and March 31, 2025, is $219,544.95 (see Table 2). The total cost of the scope of services for work completed between May 1, 2024, and March 31, 2025, is $1,471,251.00 (see Table 3). Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 20241745 Table 1 - Work Completed through December 31, 2024 City of Rancho Palos Verdes Portuguese Bend Landslide Emergency Project 1/29/2025 Phase 01 Mobilization 1.1 Mobilization 29.00 5.75 3.00 32.75 18.00 2.50 3.50 0.50 9.25 8.00 0.50 112.75 $24,220.00 29.00 5.75 3.00 0.00 32.75 0.00 0.00 18.00 2.50 3.50 0.00 0.00 0.50 9.25 8.00 0.00 0.00 0.50 0.00 112.75 $24,220.00 Phase 02 WEAP 2.1 Cultural/Paleo WEAP 11.00 0.00 11.00 $1,155.00 2.2 Bio WEAP 3.00 4.50 1.00 0.50 9.00 $2,235.00 0.00 0.00 3.00 4.50 1.00 0.00 0.50 0.00 0.00 0.00 0.00 11.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 20.00 $3,390.00 Phase 03 Resource/Regulatory Emergency Permitting 3.1 Permitting Strategy Development and Permitting Tracking 14.75 92.75 9.75 0.75 6.00 124.00 $30,658.75 3.2 Agency Noticing/Permit Preparation 3.2.1 California Coastal Commission – Emergency Coastal Development Permit 9.25 17.25 4.50 0.75 1.25 33.00 $8,613.75 3.2.2 California Department of Fish and Wildlife – 1610 Emergency Exemption Notice 1.00 4.00 4.00 4.50 13.50 $3,327.50 3.2.3 California Department of Fish and Wildlife/ U.S. Fish and Wildlife Service Coordination 22.75 63.25 10.00 14.50 1.00 1.75 19.25 132.50 $31,167.50 3.2.4 U.S. Army Corps of Engineers Permit 2.00 20.25 22.25 $5,450.00 3.2.5 State Water Resources Control Board/Regional Water Quality Control Board Coordination Emergency Permit Notification 3.00 28.75 2.75 34.50 $8,138.75 3.2.6 Los Angeles County Sanitation District Discharge Permit 2.25 13.25 15.50 $3,877.50 3.2.7 Regional Water Quality Control Board National Pollutant Discharge Elimination System 6.50 59.75 1.75 68.00 $16,573.75 61.50 299.25 28.25 0.75 19.75 1.00 1.75 0.00 0.00 0.00 0.00 0.00 19.25 4.50 0.00 0.00 7.25 0.00 0.00 443.25 $107,807.50 Phase 04 Water Quality Sampling Review 4.1 Water Quality Coordination 9.75 30.00 0.50 2.50 42.75 $10,820.00 4.2 Water Quality Analysis 0.00 $0.00 9.75 30.00 0.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 0.00 0.00 42.75 $10,820.00 Phase 05 Pre-Construction Surveys 5.1 E-1 (North of PVDS) Plants/Butterfly/Nesting Birds 21.50 22.00 10.00 53.50 $7,952.50 5.2 E-2 Pre-Construction Nesting Bird Survey 2.50 2.00 2.25 6.75 $1,396.25 5.3 E-2 Pre-Construction Plant and Butterfly Survey 3.50 12.00 15.50 $2,600.00 5.4 E-2 Pre-Construction Crotch's Bumble Bee Survey 1.25 2.00 58.50 2.00 63.75 $10,512.50 5.5 E-2 Alternative Trail Access 10.00 10.00 $3,100.00 5.6 DDWs and Winterization Sensitive Resource Surveys 0.00 $0.00 12.50 1.25 2.00 83.50 36.00 0.00 10.00 0.00 0.00 0.00 0.00 0.00 0.00 4.25 0.00 0.00 0.00 0.00 0.00 149.50 $25,561.25 Phase 06 Biological Resources Monitoring 6.1 Biological Resources Monitoring 14.75 551.25 424.25 1,171.00 0.25 2,161.50 $286,070.00 6.1.a Biological Resources Monitoring - Second Monitor 0.50 87.25 121.50 93.25 370.00 672.50 $86,372.50 6.2 Biological Resources Monitoring Coordination 11.75 16.25 33.00 3.25 328.50 11.25 32.50 4.25 2.75 443.50 $81,670.00 6.3 Biological Resources Expert Review 6.50 3.00 9.50 $1,535.00 6.4 Biological Resources Impact Assessment 0.00 $0.00 12.25 16.25 33.00 105.25 1,001.25 517.50 1,552.25 0.00 0.00 0.00 0.00 0.00 39.00 7.50 0.00 2.75 0.00 0.00 0.00 3,287.00 $455,647.50 Phase 07 PRIMP 7.1 Draft PRIMP 28.50 2.50 31.00 $4,872.50 7.2 Final PRIMP 0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 28.50 0.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 0.00 31.00 $4,872.50 Phase 08 Archaelogical/Paleontolical/Tribal Monitoring 8.1 Archaelogical /Paleontological Monitoring 3.50 440.75 1,465.75 1,910.00 $218,168.75 8.2 Archaeological/Paleontological/Tribal Monitoring Coordination 12.25 14.00 0.50 176.50 68.00 68.50 2.25 342.00 $76,578.75 8.3 Tribal Monitoring 0.75 8.00 18.50 27.25 $4,715.00 12.25 14.00 0.50 0.00 0.00 0.00 0.00 180.75 76.00 18.50 509.25 1,468.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,279.25 $299,462.50 Phase 09 Project Management/Coordination Meetings 9.1 Project Management 53.25 148.25 1.50 4.75 1.50 1.25 210.50 $54,090.00 9.2 Weekly Coordination Meetings 44.50 35.50 8.50 44.75 5.50 2.75 141.50 $34,206.25 97.75 183.75 10.00 0.00 44.75 0.00 0.00 10.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4.25 0.00 1.25 0.00 352.00 $88,296.25 Phase C Contingency Phase (Hours) C Contingency 0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $0.00 235.00 550.25 80.25 194.00 1,135.50 518.50 1,564.50 209.00 78.50 50.50 509.25 1,479.00 61.25 28.00 8.00 7.00 7.25 1.75 0.00 6,717.50 $1,020,077.50 To t a l L S A H o u r s Total LSA FeesPr i n c i p a l i n C h a r g e De b o r a h P r a c i l i o Pr o j e c t M a n a g e r Ch r i s J o n e s Pr i n c i p a l - B i o R e s o u r c e s Jo h n K o As s o c i a t e - B i o l o g i c a l R e s o u r c e s (V a r i o u s S t a f f ) Se n i o r T e c h n i c a l S p e c i a l i s t - B i o Ch r i s t i n a V a n O o s t e n Te c h n i c a l S p e c i a l i s t - B i o ( V a r i o u s St a f f ) As s i s t a n t T e c h n i c a l S p e c i a l i s t - B i o ( V a r i o u s S t a f f ) Pr i n c i p a l - C u l t u r a l / P a l e o Ll o y d S a m p l e As s o c i a t e - C u l t u r a l / P a l e o Re s o u r c e s Iv a n S t r u d w i c k Sr C u l t u r a l / P a l e o R e s o u r c e s Ma n a g e r - K e l l y V r e e l a n d Cu l t u r a l / P a l o R e s o u r c e s S p e c i a l i s t (V a r i o u s ) Cu l t u r a l / P a l e o F i e l d C r e w - Va r i o u s S t a f f Sr . E n v i r o n m e n t a l P l a n n e r En v i r o n m e n t a l P l a n n e r Sr G I S / G r a p h i c s GI S / G r a p h i c s Te c h n i c a l E d i t o r Do c u m e n t M a n a g e m e n t Phase 09 Project Management/Coordination Meetings Subtotal Phase 01 Mobilization Subtotal Phase 02 WEAP Subtotal Phase 03 Resource/Regulatory Emergency Permitting Subtotal Phase 04 Water Quality Sampling Review Subtotal Pr o j e c t A s s i s t a n t Phase 05 Pre-Construction Surveys Subtotal Phase 06 Biological Resources Monitoring Subtotal Phase 07 PRIMP Subtotal Phase 08 Archaelogical/Paleontolical/Tribal Monitoring Subtotal Phase C Contingency Phase (Hours) Subtotal Subtotal Labor Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 (1)Tribal Monitoring $161,301.38 (2)Ninyo & Moore $27,085.00 $188,386.38 Lodging/Meals $19,031.86 Mileage $24,210.31 $43,242.17 $1,251,706.05 Sub Consultants (each Sub Consultant will be a separate Phase) Subtotal Sub Consultants Reimbursable Expenses Subtotal Reimbursable Expenses Total Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 20241745 Table 2 - Proposed Work from January 1, 2025 through March 31, 2025 City of Rancho Palos Verdes Portuguese Bend Landslide Emergency Project 1/29/2025 100%Year 1 $315 $250 $300 $200 $190 $135 $115 $290 $195 $170 $140 $105 $185 $130 $180 $125 $130 $125 $110 100%Weighted Average $315 $250 $300 $200 $190 $135 $115 $290 $195 $170 $140 $105 $185 $130 $180 $125 $130 $125 $110 Phase 01 Mobilization 1.1 Mobilization 0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $0.00 Phase 02 WEAP 2.1 Cultural/Paleo WEAP 0.00 0.00 $0.00 2.2 Bio WEAP 0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $0.00 Phase 03 Resource/Regulatory Emergency Permitting 3.1 Permitting Strategy Development and Permitting Tracking 8.00 20.00 2.00 8.00 4.00 42.00 $10,380.00 3.2 Agency Noticing/Permit Preparation 0.00 $0.00 3.2.1 California Coastal Commission – Emergency Coastal Development Permit 2.00 12.00 4.00 18.00 $4,370.00 3.2.2 California Department of Fish and Wildlife – 1610 Emergency Exemption Notice 1.00 2.00 4.00 4.00 2.00 13.00 $3,185.00 3.2.3 California Department of Fish and Wildlife/ U.S. Fish and Wildlife Service Coordination 12.00 24.00 12.00 4.00 52.00 $12,800.00 3.2.4 U.S. Army Corps of Engineers Permit 1.00 2.00 3.00 $815.00 3.2.5 State Water Resources Control Board/Regional Water Quality Control Board Coordination Emergency Permit Notification 1.00 6.00 2.00 9.00 $2,185.00 3.2.6 Los Angeles County Sanitation District Discharge Permit 0.00 $0.00 3.2.7 Regional Water Quality Control Board National Pollutant Discharge Elimination System 4.00 24.00 2.00 30.00 $7,630.00 29.00 90.00 6.00 4.00 20.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 18.00 0.00 0.00 0.00 0.00 0.00 0.00 167.00 $41,365.00 Phase 04 Water Quality Sampling Review 4.1 Water Quality Coordination 4.00 16.00 20.00 $5,260.00 4.2 Water Quality Analysis 0.00 0.00 0.00 $0.00 4.00 16.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 20.00 $5,260.00 Phase 05 Pre-Construction Surveys 5.1 E-1 (North of PVDS) Plants/Butterfly/Nesting Birds 0.00 $0.00 5.2 E-2 Pre-Construction Nesting Bird Survey 0.00 $0.00 5.3 E-2 Pre-Construction Plant and Butterfly Survey 0.00 $0.00 5.4 E-2 Pre-Construction Crotch's Bumble Bee Survey 0.00 $0.00 5.5 E-2 Alternative Trail Access 0.00 $0.00 5.6 DDWs and Winterization Sensitive Resource Surveys 2.00 4.00 4.00 32.00 42.00 $8,910.00 2.00 4.00 4.00 0.00 32.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 42.00 $8,910.00 Phase 06 Biological Resources Monitoring 6.1 Biological Resources Monitoring 12.00 120.00 132.00 $26,400.00 6.1.a Biological Resources Monitoring - Second Monitor 0.00 $0.00 6.2 Biological Resources Monitoring Coordination 4.00 8.00 2.00 24.00 12.00 8.00 4.00 62.00 $12,140.00 6.3 Biological Resources Expert Review 0.00 $0.00 6.4 Biological Resources Impact Assessment 4.00 40.00 52.00 64.00 2.00 162.00 $33,230.00 8.00 48.00 14.00 0.00 196.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 76.00 0.00 0.00 10.00 0.00 4.00 0.00 356.00 $71,770.00 Phase 07 PRIMP 7.1 Draft PRIMP 0.00 $0.00 7.2 Final PRIMP 2.00 8.00 10.00 $1,940.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 0.00 8.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 10.00 $1,940.00 Phase 08 Archaelogical/Paleontolical/Tribal Monitoring 8.1 Archaelogical /Paleontological Monitoring 12.00 120.00 132.00 $16,080.00 8.2 Archaeological/Paleontological/Tribal Monitoring Coordination 12.00 12.00 $3,480.00 8.3 Tribal Monitoring 1.00 1.00 4.00 6.00 $1,165.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 25.00 1.00 4.00 0.00 120.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 150.00 $20,725.00 Phase 09 Project Management/Coordination Meetings 9.1 Project Management 20.00 56.00 76.00 $20,300.00 9.2 Weekly Coordination Meetings 24.00 24.00 $6,000.00 20.00 80.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 100.00 $26,300.00 Phase C Contingency Phase (Hours) C Contingency 0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $0.00 63.00 238.00 24.00 4.00 248.00 0.00 0.00 27.00 1.00 12.00 0.00 120.00 94.00 0.00 0.00 10.00 0.00 4.00 0.00 845.00 $176,270.00 To t a l L S A H o u r s Total LSA FeesPr i n c i p a l i n C h a r g e De b o r a h P r a c i l i o Pr o j e c t M a n a g e r Ch r i s J o n e s Pr i n c i p a l - B i o R e s o u r c e s Jo h n K o As s o c i a t e - B i o l o g i c a l R e s o u r c e s (V a r i o u s S t a f f ) Se n i o r T e c h n i c a l S p e c i a l i s t - B i o Ch r i s t i n a V a n O o s t e n Te c h n i c a l S p e c i a l i s t - B i o ( V a r i o u s St a f f ) As s i s t a n t T e c h n i c a l S p e c i a l i s t - B i o ( V a r i o u s S t a f f ) Pr i n c i p a l - C u l t u r a l / P a l e o Ll o y d S a m p l e As s o c i a t e - C u l t u r a l / P a l e o Re s o u r c e s Iv a n S t r u d w i c k Sr C u l t u r a l / P a l e o R e s o u r c e s Ma n a g e r - K e l l y V r e e l a n d Cu l t u r a l / P a l o R e s o u r c e s S p e c i a l i s t (V a r i o u s ) Cu l t u r a l / P a l e o F i e l d C r e w - Va r i o u s S t a f f Sr . E n v i r o n m e n t a l P l a n n e r En v i r o n m e n t a l P l a n n e r Sr G I S / G r a p h i c s GI S / G r a p h i c s Te c h n i c a l E d i t o r Do c u m e n t M a n a g e r Phase 09 Project Management/Coordination Meetings Subtotal Phase 01 Mobilization Subtotal Phase 02 WEAP Subtotal Phase 03 Resource/Regulatory Emergency Permitting Subtotal Phase 04 Water Quality Sampling Review Subtotal Pr o j e c t A s s i s t a n t Phase 05 Pre-Construction Surveys Subtotal Phase 06 Biological Resources Monitoring Subtotal Phase 07 PRIMP Subtotal Phase 08 Archaelogical/Paleontolical/Tribal Monitoring Subtotal Phase C Contingency Phase (Hours) Subtotal Subtotal Labor Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 (1)Tribal Monitoring $11,050.00 (24)Ninyo & Moore $29,880.65 $40,930.65 Lodging/Meals $811.60 Mileage $1,532.70 $2,344.30 $219,544.95 Sub Consultants (each Sub Consultant will be a separate Phase) Subtotal Sub Consultants Reimbursable Expenses Subtotal Reimbursable Expenses Total Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 20241745 Table 3 - Total Costs - May 1, 2024 through March 31, 2025 City of Rancho Palos Verdes Portuguese Bend Landslide Emergency Project 2/6/2025 Phase 01 Mobilization 1.1 Mobilization 29.00 5.75 3.00 0.00 32.75 0.00 0.00 18.00 2.50 3.50 0.00 0.00 0.50 9.25 8.00 0.00 0.00 0.50 0.00 112.75 $24,220.00 29.00 5.75 3.00 0.00 32.75 0.00 0.00 18.00 2.50 3.50 0.00 0.00 0.50 9.25 8.00 0.00 0.00 0.50 0.00 112.75 $24,220.00 Phase 02 WEAP 2.1 Cultural/Paleo WEAP 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 11.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 11.00 $1,155.00 2.2 Bio WEAP 0.00 0.00 3.00 4.50 1.00 0.00 0.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 9.00 $2,235.00 0.00 0.00 3.00 4.50 1.00 0.00 0.50 0.00 0.00 0.00 0.00 11.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 20.00 $3,390.00 Phase 03 Resource/Regulatory Emergency Permitting 3.1 Permitting Strategy Development and Permitting Tracking 22.75 112.75 11.75 0.75 8.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4.00 0.00 0.00 0.00 6.00 0.00 0.00 166.00 $41,038.75 3.2 Agency Noticing/Permit Preparation 3.2.1 California Coastal Commission – Emergency Coastal Development Permit 11.25 29.25 4.50 0.00 0.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4.00 0.00 0.00 0.00 1.25 0.00 0.00 51.00 $12,983.75 3.2.2 California Department of Fish and Wildlife – 1610 Emergency Exemption Notice 2.00 6.00 8.00 4.00 4.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 0.00 0.00 0.00 0.00 0.00 0.00 26.50 $6,512.50 3.2.3 California Department of Fish and Wildlife/ U.S. Fish and Wildlife Service Coordination 34.75 87.25 10.00 0.00 26.50 1.00 1.75 0.00 0.00 0.00 0.00 0.00 23.25 0.00 0.00 0.00 0.00 0.00 0.00 184.50 $43,967.50 3.2.4 U.S. Army Corps of Engineers Permit 3.00 22.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 25.25 $6,265.00 3.2.5 State Water Resources Control Board/Regional Water Quality Control Board Coordination Emergency Permit Notification 4.00 34.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 2.75 0.00 0.00 0.00 0.00 0.00 43.50 $10,323.75 3.2.6 Los Angeles County Sanitation District Discharge Permit 2.25 13.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 15.50 $3,877.50 3.2.7 Regional Water Quality Control Board National Pollutant Discharge Elimination System 10.50 83.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 1.75 0.00 0.00 0.00 0.00 0.00 98.00 $24,203.75 90.50 389.25 34.25 4.75 39.75 1.00 1.75 0.00 0.00 0.00 0.00 0.00 37.25 4.50 0.00 0.00 7.25 0.00 0.00 610.25 $149,172.50 Phase 04 Water Quality Sampling Review 4.1 Water Quality Coordination 13.75 46.00 0.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 0.00 0.00 62.75 $16,080.00 4.2 Water Quality Analysis 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $0.00 13.75 46.00 0.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 0.00 0.00 62.75 $16,080.00 Phase 05 Pre-Construction Surveys 5.1 E-1 (North of PVDS) Plants/Butterfly/Nesting Birds 0.00 0.00 0.00 21.50 22.00 0.00 10.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 53.50 $7,952.50 5.2 E-2 Pre-Construction Nesting Bird Survey 2.50 0.00 0.00 0.00 2.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.25 0.00 0.00 0.00 0.00 0.00 6.75 $1,396.25 5.3 E-2 Pre-Construction Plant and Butterfly Survey 0.00 0.00 0.00 3.50 12.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 15.50 $2,600.00 5.4 E-2 Pre-Construction Crotch's Bumble Bee Survey 0.00 1.25 2.00 58.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 0.00 0.00 0.00 0.00 0.00 63.75 $10,512.50 5.5 E-2 Alternative Trail Access 10.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 10.00 $3,100.00 5.6 DDWs and Winterization Sensitive Resource Surveys 2.00 4.00 4.00 0.00 32.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 42.00 $8,910.00 14.50 5.25 6.00 83.50 68.00 0.00 10.00 0.00 0.00 0.00 0.00 0.00 0.00 4.25 0.00 0.00 0.00 0.00 0.00 191.50 $34,471.25 Phase 06 Biological Resources Monitoring 6.1 Biological Resources Monitoring 0.00 0.00 12.00 14.75 671.25 424.25 1,171.00 0.00 0.00 0.00 0.00 0.00 0.00 0.25 0.00 0.00 0.00 0.00 0.00 2,293.50 $312,470.00 6.1.a Biological Resources Monitoring - Second Monitor 0.50 0.00 0.00 87.25 121.50 93.25 370.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 672.50 $86,372.50 6.2 Biological Resources Monitoring Coordination 15.75 24.25 35.00 3.25 352.50 0.00 11.25 0.00 0.00 0.00 0.00 0.00 44.50 4.25 0.00 10.75 0.00 4.00 0.00 505.50 $93,810.00 6.3 Biological Resources Expert Review 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 6.50 3.00 0.00 0.00 0.00 0.00 0.00 9.50 $1,535.00 6.4 Biological Resources Impact Assessment 4.00 40.00 0.00 0.00 52.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 64.00 0.00 0.00 2.00 0.00 0.00 0.00 162.00 $33,230.00 20.25 64.25 47.00 105.25 1,197.25 517.50 1,552.25 0.00 0.00 0.00 0.00 0.00 115.00 7.50 0.00 12.75 0.00 4.00 0.00 3,643.00 $527,417.50 Phase 07 PRIMP 7.1 Draft PRIMP 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 28.50 0.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 0.00 31.00 $4,872.50 7.2 Final PRIMP 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 0.00 8.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 10.00 $1,940.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.00 0.00 36.50 0.00 0.00 0.00 2.50 0.00 0.00 0.00 0.00 0.00 41.00 $6,812.50 Phase 08 Archaelogical/Paleontolical/Tribal Monitoring 8.1 Archaelogical /Paleontological Monitoring 0.00 0.00 0.00 0.00 0.00 0.00 0.00 15.50 0.00 0.00 440.75 1,585.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,042.00 234,248.75 8.2 Archaeological/Paleontological/Tribal Monitoring Coordination 12.25 14.00 0.50 0.00 0.00 0.00 0.00 188.50 68.00 0.00 68.50 2.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 354.00 80,058.75 8.3 Tribal Monitoring 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1.75 9.00 22.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 33.25 5,880.00 12.25 14.00 0.50 0.00 0.00 0.00 0.00 205.75 77.00 22.50 509.25 1,588.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,429.25 $320,187.50 Phase 09 Project Management/Coordination Meetings 9.1 Project Management 73.25 204.25 1.50 0.00 0.00 0.00 0.00 4.75 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1.50 0.00 1.25 0.00 286.50 74,390.00 9.2 Weekly Coordination Meetings 44.50 59.50 8.50 0.00 44.75 0.00 0.00 5.50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2.75 0.00 0.00 0.00 165.50 40,206.25 117.75 263.75 10.00 0.00 44.75 0.00 0.00 10.25 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4.25 0.00 1.25 0.00 452.00 $114,596.25 Phase C Contingency Phase (Hours) C Contingency 0.00 $0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $0.00 298.00 788.25 104.25 198.00 1,383.50 518.50 1,564.50 236.00 79.50 62.50 509.25 1,599.00 155.25 28.00 8.00 17.00 7.25 5.75 0.00 7,562.50 $1,196,347.50 Phase C Contingency Phase (Hours) Subtotal Subtotal Labor Phase 05 Pre-Construction Surveys Subtotal Phase 06 Biological Resources Monitoring Subtotal Phase 07 PRIMP Subtotal Phase 08 Archaelogical/Paleontolical/Tribal Monitoring Subtotal Phase 09 Project Management/Coordination Meetings Subtotal Phase 01 Mobilization Subtotal Phase 02 WEAP Subtotal Phase 03 Resource/Regulatory Emergency Permitting Subtotal Phase 04 Water Quality Sampling Review Subtotal Pr o j e c t A s s i s t a n t En v i r o n m e n t a l P l a n n e r Sr G I S / G r a p h i c s GI S / G r a p h i c s Te c h n i c a l E d i t o r Do c u m e n t M a n a g e m e n t To t a l L S A H o u r s Total LSA FeesPr i n c i p a l i n C h a r g e De b o r a h P r a c i l i o Pr o j e c t M a n a g e r Ch r i s J o n e s Pr i n c i p a l - B i o R e s o u r c e s Jo h n K o As s o c i a t e - B i o l o g i c a l R e s o u r c e s (V a r i o u s S t a f f ) Se n i o r T e c h n i c a l S p e c i a l i s t - B i o Ch r i s t i n a V a n O o s t e n Te c h n i c a l S p e c i a l i s t - B i o ( V a r i o u s St a f f ) As s i s t a n t T e c h n i c a l S p e c i a l i s t - B i o ( V a r i o u s S t a f f ) Pr i n c i p a l - C u l t u r a l / P a l e o Ll o y d S a m p l e As s o c i a t e - C u l t u r a l / P a l e o Re s o u r c e s Iv a n S t r u d w i c k Sr C u l t u r a l / P a l e o R e s o u r c e s Ma n a g e r - K e l l y V r e e l a n d Cu l t u r a l / P a l o R e s o u r c e s S p e c i a l i s t (V a r i o u s ) Cu l t u r a l / P a l e o F i e l d C r e w - Va r i o u s S t a f f Sr . E n v i r o n m e n t a l P l a n n e r Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 (1)Tribal Monitoring $172,351.38 (2)Ninyo & Moore $56,965.65 $229,317.03 Lodging/Meals $19,843.46 Mileage $25,743.01 $45,586.47 $1,471,251.00 Sub Consultants (each Sub Consultant will be a separate Phase) Subtotal Sub Consultants Reimbursable Expenses Subtotal Reimbursable Expenses Total Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Consultant shall perform the following tasks based on the billing rates provided in the proposal (See Exhibit “A”): II. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task sub-budget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials and equipment properly charged to the Services. C. Line items for all other approved reimbursable expenses claimed, with supporting documentation. D. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. Docusign Envelope ID: ADF72888-7903-4BB1-A39F-670513D1FDD3 01203.0023/1056427.1 C-1 EXHIBIT “D” SCHEDULE OF PERFORMANCE I. The Services shall commence following Notice-to-Proceed, will include some preconstruction support, then will follow the Project schedule as determined by Contractor and Project Manager, in accordance with Bid Documents, and continue until Final Completion of the construction and close-out phases of the Project. The schedule of services, including as it may be amended by change orders, shall be provided by the City’s Contract Officer as each Task is agreed upon between the Contractor and the Project Manager. 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: ADF72888-7903-4BB1-A39F-670513D1FDD3 Certificate Of Completion Envelope Id: ADF72888-7903-4BB1-A39F-670513D1FDD3 Status: Completed Subject: Complete with Docusign: RPV Emgy Landslide Stabilization - LSA Associates - PSA Source Envelope: Document Pages: 60 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 2 David Copp AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 dcopp@rpvca.gov IP Address: 72.34.97.146 Record Tracking Status: Original 4/8/2025 3:06:51 PM Holder: David Copp dcopp@rpvca.gov Location: DocuSign Signer Events Signature Timestamp Anthony Petros anthony.Petros@lsa.net CEO LSA Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 99.104.220.241 Sent: 4/8/2025 3:13:52 PM Resent: 4/15/2025 10:22:41 AM Resent: 4/15/2025 10:22:58 AM Resent: 4/15/2025 10:23:56 AM Viewed: 4/15/2025 10:28:18 AM Signed: 4/15/2025 3:55:48 PM Electronic Record and Signature Disclosure: Accepted: 4/15/2025 10:28:18 AM ID: e248d779-ee9d-47f3-9367-be20c7d5ae7a Justin Cary Justin.Cary@lsa.net CFO 3210 El Camino Real, Suite 100 Irvine, CA 9260 Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 68.101.113.151 Sent: 4/15/2025 3:55:50 PM Viewed: 4/15/2025 3:57:00 PM Signed: 4/15/2025 3:57:10 PM Electronic Record and Signature Disclosure: Accepted: 4/15/2025 3:57:00 PM ID: e4204c8c-58fd-40fb-a4d1-834552c0f5a3 William Wynder wwynder@awattorneys.com City Attorney Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 13.88.155.124 Sent: 4/15/2025 3:57:12 PM Resent: 4/25/2025 10:16:58 AM Viewed: 4/25/2025 10:48:24 AM Signed: 4/25/2025 10:48:39 AM Electronic Record and Signature Disclosure: Accepted: 4/25/2025 10:48:24 AM ID: 439b43c7-b2da-48d8-90eb-0285f5c6e757 Ara Mihranian AraM@rpvca.gov City Manager City of Rancho Palos Verdes Security Level: Email, Account Authentication (None) Signature Adoption: Uploaded Signature Image Using IP Address: 12.247.251.114 Sent: 4/25/2025 10:48:41 AM Viewed: 4/27/2025 4:43:38 PM Signed: 4/27/2025 4:45:25 PM Electronic Record and Signature Disclosure: Not Offered via Docusign Signer Events Signature Timestamp Teresa Takaoka terit@rpvca.gov Security Level: Email, Account Authentication (None) Signature Adoption: Drawn on Device Using IP Address: 75.83.180.163 Signed using mobile Sent: 4/27/2025 4:45:28 PM Viewed: 4/28/2025 7:15:46 AM Signed: 4/28/2025 7:15:59 AM Electronic Record and Signature Disclosure: Accepted: 4/28/2025 7:15:46 AM ID: f9e246bc-ff39-4290-ba93-b3a374ee9b75 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 4/8/2025 3:13:52 PM Envelope Updated Security Checked 4/9/2025 9:11:44 AM Envelope Updated Security Checked 4/15/2025 10:23:55 AM Envelope Updated Security Checked 4/15/2025 10:23:55 AM Envelope Updated Security Checked 4/15/2025 2:42:44 PM Envelope Updated Security Checked 4/15/2025 2:42:44 PM Envelope Updated Security Checked 4/15/2025 2:42:44 PM Envelope Updated Security Checked 4/15/2025 2:42:45 PM Envelope Updated Security Checked 4/15/2025 2:42:45 PM Envelope Updated Security Checked 4/15/2025 2:42:45 PM Certified Delivered Security Checked 4/28/2025 7:15:46 AM Signing Complete Security Checked 4/28/2025 7:15:59 AM Completed Security Checked 4/28/2025 7:15:59 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: Anthony Petros, Justin Cary, William Wynder, Teresa Takaoka Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Palos Verdes: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: terit@rpvca.gov To advise City of Rancho Palos Verdes of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at terit@rpvca.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Palos Verdes To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to terit@rpvca.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Palos Verdes To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to terit@rpvca.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that:  You can access and read this Electronic Record and Signature Disclosure; and  You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and  Until or unless you notify City of Rancho Palos Verdes as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Palos Verdes during the course of your relationship with City of Rancho Palos Verdes.