Loading...
CC SR 20251007 J - Catch Basin Cleaning Contract w Ron's Maintenance CITY COUNCIL MEETING DATE: 10/07/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consider awarding a contract services agreement to Ron’s Maintenance, Inc. for annual catch basin cleaning and related maintenance . RECOMMENDED COUNCIL ACTION: (1) Award a contract services agreement to Ron’s Maintenance, Inc., for annual catch basin cleaning and related maintenance services with a five-year term between October 7, 2025 and September 30, 2030, with a maximum amount of $255,000 in year one plus a 15% contingency and a maximum amount of $1,582,638 plus a 15% contingency over the five-year term of the agreement; and, (2) Authorize the Mayor and City Clerk to execute the contract, in a form approved by the City Attorney. FISCAL IMPACT: The recommendations will result in a fiscal impact of $255,000 in Fiscal Year (FY) 2025-26, which is included in the approved FY 2025-26 operating budget. The FY 2025-26 budget is based on forecasts of a relatively drier winter, whereby fewer catch basin cleanings and related services are planned. For future years, the maximum contract amount is based on a typical year; $315,800 for year 2 and increasing by a maximum of 2% inflation annually. However, the actual future contract amounts will match the actual services used depending on the type of rainy season, which could be less than the maximum contract amount for any given year. Therefore, the total maximum amount of the contract over the five-year term is $1,582,638 plus a 15% contingency in case of unforeseen circumstances. VR Amount Budgeted: $277,400 Additional Appropriation: $0 Account Number(s): 221-400-3130-5201 $70,000 (Measure M-Storm Water Quality-Repair & Maint Services) 343-400-3130-5201 $207,400 (Measure W-Storm Water Quality-Repair & Maintenance Service) VR ORIGINATED BY: Darius Vitkus, Associate Engineer DV Juan Hernandez, Maintenance Superintendent REVIEWED BY: Ramzi Awwad, Public Works Director APPROVED BY: Ara Mihranian, AICP, City Manager 1 ATTACHED SUPPORTING DOCUMENTS: A. Proposed Contract Services Agreement with Ron’s Maintenance, Inc. for catch basin cleaning and maintenance (Page A-1) B. Existing Contract Services Agreement with Ron’s Maintenance (Page B-1) C. City of Culver City Staff Report File #: 24-892, Version1, Item #: C-10 (Page C-1) D. NOAA published report: El Niño-Southern Oscillation Report (ENSO)(Page D-1) BACKGROUND: During and after storms, rainwater runs off streets and other surfaces in the City, enters the storm drain system, and eventually flows into local bodies of water such as the Santa Monica Bay, Machado Lake, and Los Angeles Harbor. As this water travels over paved areas, it can pick up pollutants such as trash and other debris. Because these pollutants can harm receiving waters, their discharge is strictly regulated by Feder al and State agencies under a storm sewer system discharge permit, which sets pollutant limits. To help meet these regional water quality requirements, the City hires contractors to clean out debris and trash from its approximately 1,300 catch basins (incorrectly noted as 1,500 catch basins in the quarterly newsletter) throughout the city. On October 1, 2022, the City extended its agreement with its current catch basin cleaning service contractors, Ron’s Maintenance, for three additional years to provide catch basin cleaning and related services. That agreement included an annual not-to-exceed amount of $263,750 and a total not-to-exceed amount of $1,388,274 (Attachment B). The contract expired on October 1, 2025, and rather than further extend the contract, it is best practice to conduct a new competitive procurement considering this contract has been in use for six years. As a result, the City should establish a new contract for catch basin cleaning and related maintenance services. DISCUSSION: As staff prepared to issue a Request for Proposals (RFP) for catch basin cleaning services, staff learned that another local municipality, the City of Culver City, had recently conducted an RFP for the same services (Attachment C). That process generated multiple vendor proposals and ultimately resulted in a contract award. Under Rancho Palos Verdes Municipal Code § 2.44.060, the City may rely on competitive prices established by another public agency if that agency used procedures substantially similar to those required by the City. The City Attorney’s Office has confirmed that Culver City’s procurement process met this standard. To save time and staff resources, the Public Works Department proposes to use the results of Culver City’s competitive process. The new contract cost is approximately 18% higher than the City’s FY 2022-25 rates, but the rates will remain in effect through 2 September 30, 2030, with annual CPI adjustments capped at 2%. The City of Culver City staff report related to its bid award is included as Attachment C. For FY 2025–26, the City budgeted $255,000 for catch basin cleaning services, based on estimates in early 2025 during the budget process. Actual current prices are actually higher than was predicted early in the year during the budget process because of greater inflation than anticipated. The most competitive price is currently approximately $315,000 per year for a typical year. Based on recent forecasts from the National Oceanic and Atmospheric Administration (NOAA) predicting a drier rainy season for 2025-26, staff anticipate that the FY 2025–26 budgeted amount will be sufficient to cover necessary catch basin cleaning s and debris removal without requiring additional funding. According to the NOAA Climate Prediction Center, there is a 71% probability of a La Niña pattern developing in the Northern Hemisphere between October and December 2025. For Los Angeles and Southern California, La Niña conditions typically result in drier and cooler-than-average fall and winter weather. This is described in more detail in the NOAA El Niño-Southern Oscillation Report (ENSO), published in September of 2025(Attachment D). If actual rainfall exceeds forecasts and results in greater cleaning needs, staff may return to the City Council to request additional funding at that time. This approach will ensure flexibility while avoiding unnecessary appropriations upfront. According to the scope of work in the proposed agreement (Attachment A), the consultant will inspect, clean, and maintain approximately 1,300 City-owned catch basins. Specifically: • Pre-Season (July 1 – September 30): All basins will be inspected, cleared of debris, and minor repairs performed in accordance with City standards. • Wet Season (October 1 – April 30): Basins will be inspected monthly, with immediate cleaning required if blocked, clogged, or more than 25% full of debris. The City may also direct additional cleanings in advance of forecasted storm events. All collected debris will be disposed of in City-provided bins at the City Yard to allow for tonnage tracking and reporting. CONCLUSION: Staff recommends that the City Council approve a contract services agreement with Ron’s Maintenance, Inc. (Attachment A) for citywide catch basin cleaning and related services. The agreement term will run from October 1, 2025, through September 30, 2030, at a not - to-exceed amount of $255,000 for Fiscal Year 2025–26. Future years will be based on a typical rainy season; with a contract amount of $315,800 for year 2 and increasing by a maximum of 2% inflation annually thereafter. The total not-to-exceed cost over the five- year term of the agreement is $1,582,638 plus 15% contingency for unforeseen circumstances. 3 ALTERNATIVES: In addition to Staff recommendation, the following alternative action s are available for the City Council’s consideration: 1. Do not award the contract and direct Staff to re-solicit bids, delaying catch basin cleaning and related services in the interim. This is not likely to result in lower prices considering the recent competitive procurement. 2. Take other action, as deemed appropriate. 4 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 01203.0006 2038352.3 CONTRACT SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and RON'S MAINTENANCE, INC. A-1 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND RON'S MAINTENANCE, INC. THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") is made and entered into this 7th day of October, 2025 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City") and RON'S MAINTENANCE, INC., a California Corporation ("Consultant"). City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the "Parties." RECITALS A. City has sought, via a recent competitive bid at the City of Culver City, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal or bid for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes' Municipal Code, City has authority to enter into and execute this Agreement. D . The Parties desire to formalize the selection of 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" 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 01203.0006 203 8352.3 -1-A-2 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 professional standards" shall mean those standards of practice recognized by one or more first- class firms performing similar work under similar circumstances. 1.2 Consultant's Proposal. The Scope of Service shall include the Consultant's scope of work or bid 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 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. 1.5 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. 1.6 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. 01203.0006 2038352.3 -2-A-3 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 1. 7 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. 1.8 Additional Services . City shall have the right at any time during the performance of the services , without invalidating this Agreement , to order extra work beyond that specified in the Scope of Services or make changes by altering , adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and /or (ii) the time to perform this Agreement , which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to ten percent ( 10%) of the Contract Sum or $25 ,000 , whichever is less; or, in the time to perform of up to one hundred eighty ( 180) days, may be approved by the Contract Officer. 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 contractors. 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 . 1.9 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. 1.10 Compliance with Labor and Wage Laws . Certain portions of the Services may be subject to prevailing wages under the Labor Code and to the extent such is true, the below provisions will apply. (a) Public Work. The Parties acknowledge that the work to be performed under this Agreement is a "public work" or "maintenance 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. 01203.0006 203 8352.3 -3-A-4 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 (b) Registration with DIR. Pursuant to Labor Code section 1771.1 , Consultant and all subcontractors must be registered with, and pay an annual fee to, the DIR prior to and during the performance of any work under this Agreement. (c) 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. If this Agreement is subject to the payment of federal prevailing wages under the Davis-Bacon Act (40 U .S.C. § 3141 et s eq.), then Consultant shall pay the higher of either the state for federal prevailing wage applicable to each laborer. (d) 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 two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. ( e) 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. (f) Apprentices. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5 , 1777.6 , and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations . Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program . Within sixty (60) days after concluding work pursuant to this Agreement, Consultant and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (g) Eight-Hour Work Day. Consultant acknowledges that eight (8) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810 . (h) 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 . Consultant shall, as a penalty to the City , forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours 01203.0006 203 8352.3 -4-A-5 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 in any one calendar day and forty ( 40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of eight (8) hours per day, and forty (40) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1 ½) times the basic rate of pay. (i) 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." (j) 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. 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 reasonable expenses approved by City's Contract Officer, shall be as follows: (a) Compensation for Fiscal Year 2025-26 shall not exceed $255,000 ("FY25-26 Compensation"); (b) Compensation for Fiscal Year 2026-27 shall be calculated as the FY25-26 Compensation with adjusted service quantities as reflected in Exhibit "C," and shall not exceed $322,116 ("FY26-27 Compensation"); (c) Compensation for Fiscal Year 2027-28 shall be calculated as the FY26-27 Compensation plus a CPI increase, and shall not exceed $328,559 ("FY27-28 01203.0006 2038352.3 -5-A-6 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 Compensation"); (d) Compensation for Fiscal Year 2028-29 shall be calculated as the FY27-28 Compensation plus a CPI increase, and shall not exceed $335,130 ("FY28-29 Compensation"); and (e) Compensation for Fiscal Year 2029-30 shall be calculated as the FY28-29 Compensation plus a CPI increase , and shall not exceed $341,833 ("FY29-30 Compensation"). The total compensation for the entire Term of the Agreement shall not exceed One Million, Five Hundred Eight-Two Thousand, Six Hundred Thirty-Eight Dollars and No Cents ($1,582,638.00) (the "Contract Sum"). The CPI increases to the annual not-to-exceed compensation amounts described above shall consist of an annual increase based on changes in the Consumer Price Index, All Urban Consumers (CPI-U) within the Los Angeles-Riverside- Orange County geographic area for the preceding twelve (12) month period, but shall not exceed two percent (2%) of the previous year's not-to-exceed compensation amount, unless additional compensation is approved pursuant to Section 1. 9. 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (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, (b) contract retention is maintained, and (c) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. 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 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, 01203.0006 2038352.3 -6-A-7 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 supplies, and sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within forty-five (45) days of receipt of Consultant's correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law . 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3 .1 Time of Essence. Time is of the essence in the performance of this Agreement. 3 .2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D" and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure . The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the 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 ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall 01203.0006 2038352.3 -7-A-8 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 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 June 30, 2030, except as otherwise provided in the Schedule of Performance (Exhibit "D"). Additionally, the Agreement may be extended for up to one (1) optional extension year in the City 's sole discretion . 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: Ron Norman President (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals . For purposes of this Agreement , the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only competent personnel to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff and subcontractors, 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. 4.2 Status of Consultant. Consultant shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City . Consultant shall not at any time or in any manner represent that Consultant or any of Consultant's officers, employees, or agents are in any manner officials, officers, employees or agents of City . Neither Consultant, nor any of Consultant 's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees . Consultant expressly waives any claim Consultant may have to any such rights. 01203.0006 203 8352.3 -8-A-9 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 4.3 Contract Officer. The Contract Officer shall be Juan Hernandez or as otherwise designated by the City Manager. It shall be the Consultant 's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein , any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein . City shall have no voice in the selection, discharge, supervision or control of Consultant 's employees, servants , representatives or agents , or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience , knowledge , capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City . Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of 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. The Consultant shall procure and maintain, at its sole cost and expense , in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance which shall cover all elected and appointed officers, employees and agents of City: 01203.0006 203 8352.3 -9-A-10 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 (a) General Liability Insurance (Coverage Form ISO CGL CG 00 01 or equivalent). A policy of comprehensive general liability insurance written on a per occurrence basis for bodily injury , personal injury and property damage. The policy of insurance shall be in an amount not less than $2,000,000.00 per occurrence or if a general aggregate limit is used, then the general aggregate limit shall be twice the occurrence limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for the Consultant against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Consultant in the course of carrying out the work or services contemplated in this Agreement, with Employer 's Liability insurance coverage limits of at least $1 ,000,000 .00. (c) Automotive Insurance (Coverage Form ISO CA 00 01 including "any auto" and endorsement CA 0025 or equivalent). A policy of comprehensive automobile liability insurance written on a per occurrence for bodily injury and property damage in an amount not less than $1 ,000,000 . Said policy shall include coverage for owned, non-owned, leased, hired cars and any automobile. ( d) Professional Liability. Professional liability insurance appropriate to the Consultant 's profession, as determined by the City 's Risk Manager, provided that the limits shall be no less than $1,000 ,000 per claim and no less than $1 ,000,000 general aggregate. This coverage may be written on a "claims made" basis, and must include coverage for contractual liability. The professional liability insurance required by this Agreement must be endorsed to be applicable to claims based upon, arising out of or related to services performed under this Agreement. The insurance must be maintained for at least 5 consecutive years following the completion of Consultant 's services or the termination of this Agreement. During this additional 5-year period, Consultant shall annually and upon request of the City submit written evidence of this continuous coverage. ( 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". (g) Broader Coverages and Higher Limits. Notwithstanding anything else herein to the contrary, if Consultant maintains broader coverages and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverages and/or higher limits maintained by Consultant. 5.2 General Insurance Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its elected and appointed officers, employees and agents as additional insureds and any insurance maintained by City or its officers , employees or agents may apply in excess of, and not contribute 01203.0006 203 8352.3 -10-A-11 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 with Consultant's insurance. The insurer is deemed hereof to waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. Moreover, the insurance policy must specify that where the primary insured does not satisfy the self-insured retention, any additional insured may satisfy the self-insured retention. All of said policies of insurance shall provide that said insurance may not be amended or cancelled by the insurer or any party hereto without providing thirty (30) days prior written notice by certified mail return receipt reque sted to the City. In the event any of said policies of insurance are cancelled, the Consultant shall, prior to the cancellation date, submit new evidence of insurance in conformance with Section 5 .1 to the Contract Officer. No work or services under this Agreement shall commence until the Consultant has provided the City with Certificates of Insurance, additional insured endorsement forms or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. City reserves the right to inspect complete, certified copies of and endorsements to all required insurance policies at any time. Any failure to comply with the reporting or other provisions of the policies including breaches or warranties shall not affect coverage provided to City . All certificates shall name the City as additional insured (providing the appropriate endorsement) and shall conform to the following "cancellation" notice: CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATED THEREOF, THE ISSUING COMPANY SHALL MAIL THIRTY (30)-DAY ADVANCE WRITTEN NOTICE TO CERTIFICATE HOLDER NAMED HEREIN. c;: [to be initialed] ------- Consultant Initials City, its respective elected and appointed officers, directors , officials, employees, agents and volunteers are to be covered as additional insureds as respects: liability arising out of activities Consultant performs; products and completed operations of Consultant; premises owned, occupied or used by Consultant; or any automobiles owned , leased , hired or borrowed by Consultant. The coverage shall contain no special limitations on the scope of protection afforded to City, and their respective elected and appointed officers, officials, employees or volunteers. Consultant's insurance shall apply separately to each insured against whom claim is made or suit is brought , except with respect to the limits of the insurer 's liability. Any deductibles or self-insured retentions must be declared to and approved by City. At the option of City , either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects City or its respective elected or appointed officers, officials, employees and volunteers or the Consultant shall procure a bond guaranteeing payment of losses and related investigations , claim administration, defense expenses and claims. The Consultant agrees that the requirement to provide insurance shall not be construed as limiting in any way the extent to which 01203.0006 203 8352.3 -11-A-12 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 the Consultant may be held responsible for the payment of damages to any persons or property resulting from the Consultant's activities or the activities of any person or persons for which the Consultant is otherwise responsible nor shall it limit the Consultant's indemnification liabilities as provided in Section 5.3. In the event the Consultant subcontracts any portion of the work in compliance with Section 4.5 of this Agreement, the contract between the Consultant and such subcontractor shall require the subcontractor to maintain the same policies of in surance that the Consultant is required to maintain pursuant to Section 5 .1, and such certificates and endorsements shall be provided to City. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify , defend and hold harmless the City , its officers, employees and agents ("Indemnified Parties") against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties , obligations, errors, omissions or liabilities whether actual or threatened (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers , employees, agents , subcontractors, or invitees , or any individual or entity for which Consultant is legally liable ("indemnitors"), or arising from Consultant's or indemnitors' reckless or willful misconduct, or arising from Consultant's or indemnitors' negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith : (a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City , its officers , agents or employees in such action or proceeding, including but not limited to , legal costs and attorneys' fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This 01203.0006 203 8352.3 -12-A-13 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 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. 5.4 Sufficiency of Insurer. Insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A-" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City ("Risk Manager") due to unique circumstances. If this Agreement continues for more than 3 years duration, or in the event the risk manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Consultant agrees that the minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the Risk Manager. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the "books and records"), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Consultant's business, custody of the books and records may be given to City, and access shall be provided by Consultant's successor in interest. Notwithstanding the above, the Consultant shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Consultant shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Consultant hereby acknowledges that the City is greatly concerned about the cost of 01203.0006 2038352.3 -13-A-14 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 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, with respect to any documents and materials that may qualify as "works made for hire" as defined in 17 U.S.C . § 101, such documents and materials are hereby deemed "works made for hire" for the City. 6.4 Confidentiality and Release of Information . (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Consultant gives City notice of such court order or subpoena. ( c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorneys fees, caused by or incurred as a result of Consultant's conduct. 01203.0006 2038352.3 -14-A-15 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 ( 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 presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article . Any failure on the part of the City to give notice of the Consultant's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. 7.3 Retention of Funds. Consultant hereby authorizes City to deduct from any amount payable to Consultant (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Consultant's acts or omissions in performing or failing to perform Consultant's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Consultant, or any indebtedness shall exist which shall appear 01203.0006 2038352.3 -15-A-16 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 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. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause . The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, Consultant may terminate this Agreement if and only if all of the following criteria are met: (i) City is in default under the terms of this Agreement; (ii) Consultant has given City 30 days' written notice ( or longer, if circumstances warrant) of the default and the reasons for the default; and (iii) City has failed to cure the default within said cure period. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Consultant has initiated termination, the Consultant shall be entitled to compensation for all services rendered prior to the effective date of 01203.0006 2038352.3 -16-A-17 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Consultant has initiated termination , the Consultant shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of City 's 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 Consultant. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may , after compliance with the provisions of Section 7.2 , take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 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. 7 .10 Liquidated Damages . Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Consultant and its sureties shall be liable for and shall pay to the City the sum of $500.00 (Five Hundred Dollars) as liquidated damages for each working day of delay in the performance of any service required hereunder. The City may withhold from any monies payable on account of services performed by the Consultant any accrued liquidated damages . 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. 01203.0006 203 8352.3 -17-A-18 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 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.A. §§ 1101 , et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice , demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Calabasas, 100 Civic Center Way, Calabasas, California 91302 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 01203.0006 2038352.3 -18-A-19 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 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 any number of counterparts and each of such counterparts shall for all purposes be deemed to be an original, whether the signatures are originals , electronic, facsimiles or digital. All such counterparts shall together constitute but one and the same Agreement. 9 .4 Integration ; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements , agreements and understandings, if any, between the parties , and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability . In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases , sentences , clauses , paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation ofNon-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 "non-interests" pursuant to Government Code Sections 1091 or 1091.5 . Consultant 01203.0006 203 8352.3 -19-A-20 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 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. r::: 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) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] 01203.0006 2038352.3 -20-A-21 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William W. Wynder, City Attorney CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation David L. Bradley, Mayor CONSULTANT: Ron's Maintenance Inc ~DocuSigned by: B ~lA-/¼!'¾\/Mo\, Y A2A9C5455020405 ... Name: Title: President G DocuSigned by: By:~~sc':::: Name: Title: Secretary Address: 11542 Herley ave Downey CA Los Angeles 90241 Two corporate officer signatures required when Consultant is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary , any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BUSINESS ENTITY. 01203.0006 203 8352.3 -21-A-22 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On ____ , 2025 before me, _______ , personally appeared _______ , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her/their authorized capacity(ies), and that by his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _______________ _ OPTIONAL Though the data below is not required by law , it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. □ □ □ □ □ □ □ CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) 0 □ ATTORNEY-IN-FACT LIMITED GENERAL TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER -------------- SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 01203.0006 2038352.3 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE A-23 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On ____ , 2025 before me, _______ , personally appeared _______ , proved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her/their authorized capacity(ies), and that by his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: _______________ _ OPTIONAL Though the data below is not required by law , it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. □ □ □ □ □ □ □ CAPACITY CLAIMED BY SIGNER INDIVIDUAL CORPORATE OFFICER TITLE(S) PARTNER(S) 0 □ ATTORNEY-IN-FACT LIMITED GENERAL TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER -------------- SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 01203.0006 2038352.3 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE A-24 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 EXHIBIT "A" SCOPE OF SERVICES I. Consultant will perform the following Services: A. Pre-Season Inspection, Cleaning and Maintenance -The Consultant shall visually inspect , clear and dispose of all debris , and perform any required minor repairs to all 1,300 catch basins maintained by the City from July 1st to September 30 th of each year , hereafter known as a Pre-Season Cleaning. All cleaning shall be performed according to the Catch Basin Cleaning Standard attached as Exhibit "A- l." Costs to travel to , inspect and clean the catch basin, and dispose of debris as required are accounted for in the per catch basin price. B. Wet Season Inspection and Cleaning -The Consultant shall perform regular inspection of all 1,300 catch basins maintained by the City from October 1st to April 30th of each year, hereafter known as a Wet-Season Cleaning. Inspections shall be performed at least monthly , but may be required more often if catch basins are not providing drainage at design capacity due to debris accumulation. During these subsequent inspections Consultant shall immediately clean any catch basins found to have a blocked or clogged inlet or be at least twenty five percent (25%) full of trash and debris. Consultant may be called out to clean any catch basin that is more than 25% full and may therefore potentially contribute to flooding in the sole opinion of the Contract Officer, when rain is predicted. Consultant shall respond at no additional cost. All cleaning shall be performed according to the Catch Basin Cleaning Standard. Costs to travel to , inspect , and clean the catch basins , and dispose of debris as required are accounted for in the monthly price. C. Debris Disposal -Collected debris shall be legally disposed ofby the Consultant in bins provided by the City at the City's yard, located at 30940 Hawthorne Blvd., Rancho Palos Verdes , CA 90275. D. Affixing Catch Basin Message -Consultant shall provide and affix a "NO DUMPING" message , in accordance with the City's standard set forth in Exhibit "A-2", to any catch basin without a legible "NO DUMPING" message. E. Documentation -Consultant shall document all message affixation , inspections and cleaning on a form provided by the Consultant and approved by the City. Consultant shall also note in the documentation any occurrence of broken, damaged or nonfunctioning catch basins, connector pipes, manhole covers, connector pipe screens, inlet guards and inlet grates observed during the cleanings. Photos of unsound conditions should be included with the logs as described in Exhibit "A-1 ". Safety issues (e.g. a broken manhole cover) shall be reported to the City at once. Cost for documentation is included in the other costs and no further compensation will be made therefore . F. Traffic Control and Safety -Consultant shall provide for public and worker safety while carrying out the duties of this agreement. A traffic control plan shall be o 1203.0006 203 8352.3 A-1 A-25 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 submitted two weeks prior to scheduled work for City approval. The traffic control plan shall follow the City's standards set by current California Manual on Uniform Traffic Control Devices for Streets and Highways also known as the CA MUTCD standard. The traffic control plan may require the seal of a qualified and currently registered civil engineer in the State of California, as determined by the City's Traffic Engineer. Costs for development of an acceptable traffic control plan shall be incurred only once. Compensation for the traffic control plan shall be made on a lump sum basis, in the first year of the contract. Costs for recurring traffic control, public convenience, and worker safety is assumed to be included in the cleaning cost and no further compensation will be made therefore. When not conducting work according to the Traffic Control Plan, Consultant is responsible for following all street traffic rules as well as on site suggestions for driving within City property . Damage to irrigation lines, sprinklers, plant material, concrete walkways, light poles, fencing, or any public or private property, due to Consultant/driver negligence shall be the responsibility of the Consultant to repair. Repairs shall be completed within forty eight ( 48) hours. II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. Pre-Season Detailed Inspections Reports/Documentation. B. Wet Season Detailed Inspections Reports /Documentation. C. Traffic Control Plan. D. "No Dumping" Message Stencil. III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: A. Disposal Load Ticket -to be completed following each disposal of debris. B. Cleaning Log -to be completed at the end of each cleaning cycle. IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. Ron Norman: President 01203.0006 2038352.3 A-2 A-26 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 B. Martin Pedilla: Catch Basin Service Technician C. Mario Gudino: Catch Basin Service Technician D. Other Staff as approved by the City 01203.0006 2038352.3 A-3 A-27 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 EXHIBIT "A-1" CATCH BASIN CLEANING STANDARDS I. Consultant shall conduct the Services in compliance with the following cleaning standards: A. Cleaning -Catch Basins shall be cleaned to the following minimum standards : general inspection of catch basin condition; removal and replacement of catch basin manhole or grate ; atmospheric testing of basin ; removal of all debris, trash and liquids from vault , filters, grate, CPS screens , ARS units and the first 6 feet of connector pipes ; marking of the cleaning date ; legal disposal of trash and debris; and documentation, as described below. B. Inspection of Catch Basins by the Consultant -The Consultant shall inspect each catch basin for unsound conditions such as but not limited to: a) exterior damage , b) bent or missing protection bars, c) damaged manholes or grating, d) damaged face plate, e) other physical damages, f) cemented materials that have been dumped on or into the basin, and cannot be removed by normal cleanout operations, g) catch basins requiring safety bars per Standard Plan 310 and h) legibility of stenciled "No Dumping" message. Catch basins with unsound conditions, or conditions preventing the safe and complete cleaning of the basin, shall be photographed prior to cleaning. Photo documentation of unsound conditions shall be submitted to the Contract Officers as detailed in Section 7, "Report" below. Any subsequently disclosed damage to a catch basin not previously reported by the Consultant will be assumed to be the result of the Consultant's cleanout operations and shall be corrected at the Consultant's sole expense . Consultant shall report evidence of rodents and/or vectors breeding/living in the storm drain system to the City within twenty-four (24) hours of discovery . C. Removal and Replacement of Catch Basin Manhole Covers and Gratings -The Consultant shall remove and replace the catch basin manhole cover or grating of each catch basin. Screws or bolts that cannot be reused shall be replaced with new ones meeting the requirements specified in the applicable Standard Plans at no additional cost to the City. Consultant shall remove any frozen cover screws. If during their removal the catch basin covers or screws should become damaged, it shall be the Consultant's responsibility to replace them in accordance with the applicable Standard Plan and to redrill and thread new holes , if necessary, at no additional cost to the City. If heat is used to facilitate removal of frozen cover screws, the screws must be checked the following workday to verify that they have not refrozen. Before leaving a catch basin, the Consultant shall thoroughly clean all debris from the manhole frame and cover and/or grating frame and grating . When replacing the catch basin covers, the Consultant shall grease all catch basin cover 01203.0006 203 8352.3 A-4 A-28 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 screws with a high temperature thread lubricant and seal grease (Jet-Lube by Koper-Kote or equivalent) and shall furnish and replace any missing screws. D. Testing for Safe Atmospheric Conditions -As required by CAL-OSHA, the Consultant shall continuously test for safe atmosphere conditions in each catch basin. Testing shall be done immediately prior to removing the manhole cover or grating as applicable and continuously thereafter while anyone is working in the basin. Testing shall verify that safe atmosphere conditions exist in the catch basin. If unsafe readings are indicated, the Consultant shall use a blower to provide continuous ventilation of the catch basin. Entry shall not be made until no hazardous atmospheric conditions exist. E. Cleanout and Minor Maintenance -The Consultant shall perform minor maintenance as required. Minor Maintenance as used within this specification shall mean adjustments to the Automatic Retractable Screen or ARS unit to allow for proper operation. Minor Maintenance shall include repairs to the Connector Pipe Screen or CPS screen or Filter units that may result during the cleaning of the catch basin. Minor Maintenance does not include the replacement of bent or damaged parts caused by vandalism or accident. If the work required to restore the ARS to proper operation exceeds minor maintenance the Consultant shall inform the Contract Officer by noting it in the logs. F. Cleanout Year Marking -Upon the satisfactory cleanout of each catch basin, the Consultant shall mark (stencil) the appropriate year ("19" for 2019 , "20" for 2020, etc .) with blue paint in 3 inch high letters on the back wall at the downstream end of the catch basin. All existing stencils shall be covered neatly with grey paint prior to stenciling the current year. On grate-type catch basins , the stencil shall be placed on the wall perpendicular to the longitudinal axis of the grating. Stencil is to be plainly visible from the street surface and placed a minimum of 12 inches and a maximum of 24 inches below the top of the catch basin. G. Disposal -The Consultant shall remove and legally dispose of all trash, debris, waste, and liquid generated by the catch basin cleaning work as specified below : a. b. 01203.0006 203 8352.3 Method of Removal -All debris and trash required to be removed from the catch basins shall be removed in a manner to be determined by the Consultant. However, the method to be used shall be such that trash and debris collected from within the City shall not be commingled with trash and debris collected from another jurisdiction prior to it being quantified. The Consultant shall not allow any trash or debris to enter the connector pipe or main line as a result of the cleanout operations. Debris Disposal -Prior to the start of the Services , the Consultant shall coordinate with the City to identify the exact location for disposal of debris at the City's yard, located at 30940 Hawthorn Blvd., Rancho Palos Verdes, CA 90275. Except as otherwise A-5 A-29 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 provided in this Agreement, all debris and trash removed under this Agreement shall be legally disposed of by Consultant away from the catch basin sites and in the bins provided by the City at the City's yard. The Consultant is responsible for proper disposal of the debris and trash, including obtaining approvals from all jurisdictional agencies, as applicable. The Consultant shall also be responsible for removing any dead animal from inside a catch basin. The Consultant shall also be solely responsible for contacting and coordinating with Animal Care and Control for prompt pick up. No dead animal shall be left for pick up. Animal Care and Control services are provided to the City by: Los Angeles County Animal Care and Control Carson Shelter 216 W. Victoria Street Carson, CA 90248 (310) 523-9566 Vehicles used by the Consultant to transport debris to approved dump sites shall be so equipped that spillage of liquids or solids does not occur. Covering of the load shall be required to prevent the debris from being blown off the transport vehicle. Vehicles and personnel operating these vehicles that do not comply with this requirement may be ordered removed from the Project and shall not be utilized again. H. Reporting Documentation a. b. 01203.0006 2038352.3 Disposal Load Tickets. The Consultant shall furnish a Disposal Load Ticket to the Contract Officer whenever a disposal to a legal facility is made. The Disposal Load Ticket shall list for each disposal load, the disposal date, disposal location, and net disposal amount (by weight) of debris disposed. This information shall be recorded on forms provided by the Consultant and approved by the City. Final payment will not be made until all Disposal Load Tickets are submitted. Cleaning Log. The Consultant shall submit to the Contract Officer at the end of each cleaning cycle, a log of catch basins inspected and cleaned using the catch basin ID number as depicted on the Plans. The Cleaning Log shall contain a record, by catch basin, of the date, volume (as a percentage), and type of trash and debris collected, whether the basin was stenciled and notes on catch basin condition. This information shall be recorded on pre-approved forms provided by the Consultant. Photos of un-sound conditions should be included A-6 A-30 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 with the Cleaning Log. Each photo should clearly identify its location. Forms shall be filled out completely. II. Maintenance Conditions and Maintenance Standards Listed below are deficiencies in maintenance conditions and their corresponding maintenance standards which shall apply to this Contract. The cleanout of each catch basin shall meet the maintenance standards listed below. Description of Maintenance Condition Description of Maintenance Standard Violation Trash and debris located immediately in No trash and debris located immediately in front of curb opening or side opening of front of catch basin opening, and on top or catch basin, and on top or between metal between metal grates . grates or grated catch basin. IV egetation growing across and/or blocking No vegetation blocking catch basin opening ~he basin opening. Trash and debris in the basin. No trash and debris within the catch basin. Trash and debris in the connector pipe No trash and debris in connector pipeopening opening, upstream, or downstream. and/or in the connector pipe for a distance of 6 feet from the opening. Trash and debris inside the filtration basket No trash and debris inside the filtration basket or inside metal screens of catch basins or on metal screens of catch basins retrofitted retrofitted with filtration baskets or metal with baskets or metal screens screens. Trash and Debris on CPS ( connector pipe No trash and debris on CPS (connector pipe screens) screens) Trash and debris shall include , but is not limited to sediment, mud, vegetation, and garbage . Dead animals shall be removed from the catch basin by the Consultant. Upon completion of a cleanout operation at a catch basin and before leaving it, the Consultant shall sweep and clean the top surface of the catch basin and the area 2 feet around the basin, and shall remove any trash and debris resulting from the cleanout operations . No debris is to be left at a catch basin for future pick-up. Failure to comply with the above requirements will constitute noncompliance with the City Of Rancho Palos Verdes Catch Basin Cleaning Standards as they appear in Exhibit A-1 Attachment No .I to scope of work and result in suspension of payment. 01203.0006 203 8352.3 A-7 A-31 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 EXHIBIT "A-2" NO DUMPING MESSAGE STANDARD IR=15 mm (½") White top layer 'Cut out top layer to 'blue under layer Cfty of Rancho Palos Verdes •.----~_;;3~05~{1,,;:;2:,f.') ____ -J 0 ,re) CATCH BASIN "NO DUMPING" MESSAGE STANDARD Dimensions are in millimeters, except as noted 1. "No Dumping" message ("Message") shall be affixed to the Portland Cement Concrete or P.C.C. catch basin cover. Before application, Consultant shall prepare P.C.C. surfaces with a primer sealer. If the cover is buried or otherwise cannot be exposed, Consultant shall propose an alternate location for Contract Officer's approval 2. Message shall be affixed using either paint or thermoplastic stencil. An ex1stmg illegible Message shall be removed or painted over such that only one Message is affixed to the catch basin. 3 . Stencil material shall be two-layer resilient thermoplastic with 30% graded glass beads, 3 15 mm (125 mils) total thickness with beveled edges. Material shall be AASHTO designated M249-79(86), except that material shall be preformed. Acceptable products shall be PreMark® Pavement Markings by Flint Trading Inc., (115 Todd Court, Thomasville, NC 27360; (336)-475-6600; www.fiinttrading.com ), or approved equal. Stencils shall be affixed using a propane torch, per manufacturer's recommendations. 01203.0006 2038352.3 A-8 A-32 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 4. If paint is selected, the Message shall be affixed using blue paint designed for outdoor use on concrete surfaces and applied per the manufacturer's recommendations. The Message shall be applied over a white painted background. The PCC surface shall be prepared per paint manufacturer's recommendations. The work shall be in conformance with requirements for curb markings in Sections 210 and 310 of the Standard Specifications. 5. The design layout of the Message and paint colors shall be as shown. Graphic designs other than that shown above are subject to approval. Consultant shall submit a sample of the stencil to be used to the Contract Officer for approval no less than 5 working days prior to affixing any message. Submit full sized drawings and material samples to the Contract Officer for approval before application. 01203.0006 2038352.3 A-9 A-33 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 EXHIBIT "B" SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) The Agreement is hereby amended as follows (deletions shown m strikethrough and additions shown in bold italics): Not Applicable . 01203.0006 2038352.3 B-1 A-34 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 EXHIBIT "C" SCHEDULE OF COMPENSATION I. Consultant shall perform the following tasks at the following rates: Fiscal Year (FY) 2025-2026 Description Unit Cost Unit Quantity Pre-Season Inspection and Per 1 Clean out of City $30.00 Catch 1,300 Maintained Catch Basins Basin Wet-Season Inspection and Per 2 Clean out of City $39,000.00 Month 5 Maintained Catch Basins 3 Prepare Approved Traffic $0.00 Each 1 Control Plan Provide and Affix a "No 4 Dumping" message to the $4 .00 Each 1,050 catch basin as needed. 5 Additional Catch Basin $30.00 Each 560 Cleanings as needed Total for FY 2025-2026, 01203.0006 2038352.3 C-1 Total $39,000.00 $195,000.00 $0.00 $4,200.00 $16 ,800.00 $255,000 A-35 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 FY 2026-2027 through 2029-2030 Pricing for Fiscal Years 2026-2027 through 2029-2030 will be based on the unit prices provided in the table below, subject to an adjustment calculated in accordance with Section 2.1 of the Agreement, if requested in writing by Contractor, up to a maximum increase of 2% of the previous year's pricing. Description Unit Cost Unit Quantity Total Pre-Season Inspection and Per 1 Clean out of City $30.00 Catch 1,300 $39 ,000.00 Maintained Catch Basins Basin Wet-Season Inspection and Per 2 Clean out of City $39,000.00 Month 7 $273,000.00 Maintained Catch Basins 3 Prepare Approved Traffic $0.00 Each 1 $0.00 Control Plan Provide and Affix a "No 4 Dumping" message to the $4 .00 Each 200 $800 catch basin as needed. 5 Additional Catch Basin $30.00 Each 100 $3,000 Cleanings as needed 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 1.8. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: 01203.0006 2038352.3 C-2 A-36 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 A. Line items for all activities reflecting the dates and locations (if applicable) at which services were performed, along with the corresponding number of units and unit pnces. B. Line items for all other approved reimbursable expenses claimed, with supporting documentation. C. The total compensation for the Services shall not exceed $1,582,638.00 as provided in Section 2.1 of this Agreement. IV. The Consultant's billing rates for all personnel are attached as Exhibit C-1. Not applicable 01203.0006 2038352.3 C-3 A-37 Docusign Envelope ID: 1 EFCB64A-7878-45F1-B2AA-6A719191 E206 EXHIBIT "D" SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with the following schedule: Task Deadline Date A. Pre-Season Inspection and Clean out of All City September 30 th of each year Maintained Catch Basins B. Wet-Season Inspection and Clean out of City Maintained Catch Basins April 30 th of each year C . Provide and Affix a "No Dumping" message to As Needed the catch basin as needed. D. Additional Catch Basin Cleanings as needed As Needed II. Consultant shall deliver the following tangible work products to the City by the following dates. A. B . C . D. Task Pre-Season Detailed Inspections Reports /Documentation Wet Season Detailed Inspections Reports / Documentation Traffic Control Plan "No Dumping" Message Stencil Deadline Date October 15 of Each Year May 5 of Each Year Two weeks prior to Scheduled Work 5 Work Days Prior to Beginning Work III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. 01203.0006 2038352.3 D-1 A-38 AMENDMENT NO 1 TO AGREEMENT FOR CONTRACT SERVICES THIS AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES Amendment No 1") by and between the CITY OF RANCHO PALOS VERDES, a general law city & municipal corporation ("City"), and RON'S MAINTENANCE, INC , a California corporation ("Consultant") is effective as of October 1, 2022 RECITALS A City and Consultant entered into that certain Agreement for Contract Services dated October 1, 2019 ("Agreement") whereby Consultant agreed to provide catch basin maintenance services (the "Services") for a Term of 3 years for a Contract Sum of$597,024 The Agreement provided for three additional one-year extensions at the City's discretion B City and Consultant now desire to amend the Agreement to (1) extend the Term for an additional 3 years for a total of 6 years and (2) increase the Contract Sum by an additional 791,250 to cover the costs of Services for the next 3 years, for a not-to-exceed total Contract Sum of$1,388,274 00 TERMS 1 Contract Changes The Agreement is amended as provided herein Deleted text is indicated in strikethrough and added text in bold italics a. Section 2 1,Contract Sum, is amended to read. 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 reference The total compensation, including reimbursement for actual expenses, shall not exceed $597,021 (Five k -- _ - • . . : • . . . - - - - . . ` . . $1,388,274 00 (One Million Three Hundred Eighty Eight Thousand Two Hundred Seventy Four Dollars) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1 9 " b Section 3.4,Term, is amended to read 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 three (3)six (6) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D") c Section 7.8, Termination Prior to Expiration of Term, is amended to read This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause The City B-1 reserves the right to terminate this Contract at any time,with or without cause,upon thirty (30) days' written notice to Consultant, except that where termination is due to the fault of the Consultant,the period of notice may be such shorter time as may be determined by the Contract Officer In addition,the Consultant reserves the right to terminate this Contract at any time, with or without cause, upon f3ixty (60)one hundred twenty (120) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Consultant may determine Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer Except where the Consultant has initiated termination, the Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7 3 In the event the Consultant has initiated termination, the Consultant shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder In the event of termination without cause pursuant to this Section, the terminating party need not provide the non- terminating party with the opportunity to cure pursuant to Section 7 2 " d Section I of Exhibit "C", Schedule of Compensation, is amended to read. I Consultant shall perform the following tasks at the following rates For FY 2019-2020, FY 2020-2021, and FY 2021-2022 j f 4 2T Description Unit Cost , Unit ! r s- Quantity Total A Pre-Season Inspection and 1 Clean out of 16 Per Catch 1,536 24,576 City Basin Maintained Catch Basins Wet-Season Inspection and 2 Clean out of 24,576 Per 7 172032 City Month Maintained Catch Basins 2-B-2 Prepare 3 Approved 0 00 Each 1 0 00 Traffic Control Plan Provide and Affix a"No 4 Dumping" 4 Each 200 800 message to the catch basin as needed Additional Catch Basin 5 16 Each 100 00 1,600 Cleanings as needed Yearly Total Cost 199,008.00 Total for FY 2019- 2020, 597,024 00 2020-2021, 2021-2022 For FY 2022-2023, FY 2023-2024, and FY 2024-2025 Description Unit Cost Unit Quantity Total Pre-Season Inspection and Per Catch 1 Clean out of 25 1,300 32,500 City Maintained Basin Catch Basins Wet-Season Inspection and Per 2 Clean out of 32,500 Month 7 227,500 City Maintained Catch Basins 3 Prepare 0 00 Each 1 0 00 Approved 01006 0006/846757 2 3- B-3 Traffic Control Plan Provide and Affix a "No 4 Dumping" 10 00 Each 125 1,250 message to the catch basin as needed. Additional 5 Catch Basin 25 Each 100 00 2,500 Cleanings as needed Yearly Total Cost 263,750 00 Total for FY 2022-2023, 791,250.00 2023-2024, 2024-2025 All work is inclusive of providing an approved traffic control plan and implementing traffic control." 2 Continuing Effect of Agreement Except as amended by this Amendment No 1, all provisions of the Agreement shall remain unchanged and in full force and effect From and after the date of this Amendment No 1,whenever the term"Agreement"appears in the Agreement, it shall mean the Agreement, as amended by this Amendment No 1 to the Agreement 3 Affirmation of Agreement; Warranty Re Absence of Defaults. City and Consultant each ratify and reaffirm each and every one of the respective rights and obligations arising under the Agreement Each party represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein Each party represents and warrants to the other that the Agreement is currently an effective,valid,and binding obligation Consultant represents and warrants to City that, as of the date of this Amendment No 1, City is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement City represents and warrants to Consultant that, as of the date of this Amendment No 1, Consultant is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement 4 Adequate Consideration The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment No 1 o 1006 0006/846757 2 4- B-4 5 Authority The persons executing this Amendment No 1 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 Amendment No 1 on behalf of said party, (iii) by so executing this Amendment No 1, such party is formally bound to the provisions of this Amendment No 1, and iv)the entering into this Amendment No 1 does not violate any provision of any other agreement to which said party is bound SIGNATURES ON FOLLOWING PAGE] 01006 0006/846757 2 5- B-5 IN WITNESS WHEREOF,the parties hereto have executed this Amendment No 1 on the dates set forth below,with express intent that this Amendment No 1 shall be effective as of October 1, 2022 CITY CITY OF RANCHO PALOS VERDES, a municipal corporation Barbara F aro, Mayor Date /- 30- , 2023 ATTEST esa ka, City Clerk APPROVED AS TO FORM ALESHIRE& WYNDER, LLP 4v114-Th William W Wynder, City Attorney CONSULTANT RON'S MAINTENANCE, INC , a California corporation By Name Ron Norman Title President By 4_ Name Ron Norman Title Secretary Date 2023 Address P 0 Box 4562 Downey, California 90241 Two corporate officer signatures required when Consultant is a corporation,with one signature required from each of the following groups l)Chairman of the Board,President or any Vice President,and 2)Secretary,any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BUSINESS ENTITY 01006 0006/846757 2 6- B-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CALIFORNIA COUNTY OF LOS ANGELES 5 s- l OrSA.01 2023 before me;Vr+r A-Is-+Q''t—,personally appeared "I0' '" B4. 1O%roved to me on the basis of satisfactory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct STEF RWITNESSmyhandriI Notary Public California Los Angeles County Signature Commission;2289491 My Comm Expires May 20 2023 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT E l INDIVIDUAL El CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) LIMITED GENERAL NUMBER OF PAGES ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01006 0006/846757 2 B-7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document STATE OF CALIFORNIA COUNTY OF LOS ANGELES 00(01'01,1 On t n 10,2023 before me,-V3 v^ • k.oe t4 ersonal ly appeared 0 f- sMt4 h,proved to me on the basis of sate r. factory evidence to be the person(s) whose names(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct STEFHEN S TORRES LOPEZ WITNESS my hand and . LAM:I Notary Public California Los Angeles County > Commission;2289491Signature My Comm Expires May 20 2023 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) LIMITED El GENERAL NUMBER OF PAGES ATTORNEY-IN-FACT El TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01006 0006/846757 2 B-8 CONTRACT SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and RON'S MAINTENANCE, INC. 01203.0006/601229.4 1 B-9 AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND RON'S MAINTENANCE, INC. THIS AGREEMENT FOR CONTRACT SERVICES (herein "Agreement") is made and entered into on October 1, 2019 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation ("City") and RON'S MAINTENANCE, INC., a California corporation ("Consultant"). City and Consultant may be referred to, individually or collectively, as"Party" or"Parties." RECITALS A. The Gateway Water Management Authority ("GWMA") is a coalition of municipalities and water agencies responsible for the water planning needs of 2 million people in Los Angeles County. B. On November 9, 2017, the GWMA announced that it had undergone a bidding process for catch basin maintenance. B. Consultant has agreed to provide the services at the same prices as listed in the GWMA bid. C. Pursuant to the City of Rancho Palos Verdes Municipal Code section 2.44.060, City has authority to utilize the GWMA bid, to enter into, and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the "Scope of Services" 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 01203.0006/601229.4 B-10 follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant's Proposal. The Scope of Service shall include the Consultant's scope of work or bid 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 Department of Industrial Relations (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. 01203.0006/601229.4 2 B-11 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 two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. e) Apprentices. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. f) Eight-Hour Work Day. Consultant acknowledges that eight (8) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. g) Penalties for Excess Hours. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit twenty-five dollars ($25) 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 eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of eight (8) hours per day, and forty (40) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half(1'/2)times the basic rate of pay. h) Workers' Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Consultant certifies as follows: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to 01203.0006/601229.4 3 B-12 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. 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. 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 01203.0006/601229.1 4 B-13 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 to amend the Agreement to add, deduct, or alter the services beyond those specified in the Scope of Services. In the case of additional services, no such services may be undertaken unless an amendment to the Agreement is first executed between the City and the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the additional services, and/or (ii) the time to perform this Agreement. Any amendment for additional services must be approved by the City Manager or by the City Council, in accordance with Chapter 2.14 of the Rancho Palos Verdes Municipal Code. 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. 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 $597,024 (Five Hundred Ninety Seven Thousand and Twenty Four Dollars) (the "Contract Sum"), unless additional compensation is approved pursuant to Section 1.9. 01203.0006/601229.4 5 B-14 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services, less contract retention; (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, (b) contract retention is maintained, and (c) the Contract Sum is not exceeded; or(iv) such other methods as may be specified in the Schedule of Compensation. 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 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 contain all information specified in Exhibit "C", and shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within forty-five (45) days of receipt of Consultant's correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by 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. 01203.0006/601229.4 6 B-15 ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3. 2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D" and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty(180)days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the 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 ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Consultant's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding three (3) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit D"). The City may, in its sole discretion, extend the Term for three (3) additional one-year term(s). 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: 01203.0006/601229.4 7 B-16 Ron Norman President Name) Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only competent personnel to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant's staff and subcontractors, 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. 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 Ron Dragoo, City Engineer, or such person as may be designated by the City Manager. 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 01203.0006/601229.4 8 B-17 control of Consultant's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent 25%) of the present ownership and/or control of 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. 01203.0006/601229.4 9 B-18 c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of$1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3)years after completion of the services required by this Agreement. d) Workers' compensation insurance. Consultant shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000). e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit "B". 5.2 General Insurance Requirements. a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents, representatives, employees or subconsultants. c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City's own insurance or self-insurance shall be called upon to protect it as a named insured. d) City's rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. 01203.0006/601229.4 10 B-19 e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. 1) 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 01203.0006/601229.4 11 B-20 against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross-liability exclusions. m) Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. n) Agency's right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant's compensation. o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents ("Indemnified 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: 01203.0006/601229.4 12 B-21 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 Consultant's successor in interest. Notwithstanding the above, the Consultant shall fully 01203.0006/601229.4 13 B-22 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. b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City 01203.0006/601229.4 14 B-23 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 presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Consultant's default shall not be deemed to result in a waiver of the City's legal rights or any rights arising out of any provision of this Agreement. 01203.0006/601229.4 15 B-24 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. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of 01203.0006/601229.4 16 B-25 this Agreement, the Consultant and its sureties shall be liable for and shall pay to the City the sum of$500.00 (Five Hundred Dollars) as liquidated damages for each working day of delay in the performance of any service required hereunder. The City may withhold from any monies payable on account of services performed by the Consultant any accrued liquidated damages. 7.8 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days' written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Consultant reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Consultant may determine. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Consultant has initiated termination, the Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Consultant has initiated termination, the Consultant shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Consultant. If termination is due to the failure of the Consultant to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 01203.0006/601229.4 17 B-26 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 liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. 01203.0006/601229.4 18 B-27 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 seventy-two (72)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 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. 01203.0006/601229.4 19 B-28 judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty& Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of financial interest" shall be consistent with State law and shall not include interests found to be remote" or "noninterests" pursuant to Government Code Sections 1091 or 1091.5. Consultant warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant's Authorized Initials it 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs,executors,administrators, successors and assigns of the parties. SIGNATURES ON FOLLOWING PAGE] 01203.0006/601229 1 20 B-29 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 aril A 0 hovic, Mayor ATTEST: Emily Colborn, City Clerk APPROVED AS TO FORM: ALESHIRE& WYNDER, LLP 60 te,) William W. Wynd ity Attorney CONSULTANT: RON'S MAINTENANCE, INC., a California corporation By: Name: Ron Norman Title: President By:_/Z Name: Title: ,j eLle- fry Address: P.O. Box 4562 Downey California 90241 Two corporate officer signatures required when Consultant is a corporation,with one signature required from each of the following groups: 1)Chairman of the Board,President or any Vice President;and 2) Secretary,any Assistant Secretary,Chief Financial Officer or any Assistant Treasurer.CONSULTANT'S SIGNATURES SHALL BE DULY NOTARIZED,AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS,ARTICLES OF INCORPORATION,OR OTHER RULES OR REGULATIONS APPLICABLE TO CONSULTANT'S BUSINESS ENTITY. 01203.0006/601229.1 21 B-30 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES pAwy On /o/1 ,2019 before me, Mi 8 f I , personally appeared Na f RoMtt, proved to me on the basis of satisfactory evidence to be the person(s)whose names(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MANUELADOLFONotaryPublic BUSTOsfCalifoOROZCOrniaWITNESSmyhandandofficialseal. Los Angeles County 0 Commission 12295896 Signature: /— My Comm.Expires Jul 2.2023 OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) LIMITED GENERAL NUMBER OF PAGES ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203.0006/601229.1 B-31 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES y ab rc ry On /0 /09 ,2019 before me,AAW/41 &Os/ ,personally appeared tJO(mIW, go/Ift4. ,proved to me on the basis of satisfactory evidence to be the person(s)whose names(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Y',.•.;. MANUELADOLFO BUMS OROZCO WITNESS my hand and official seal.Notary Public.California z ;c45-', .) Los Angeles County £ 45 Commission t 2295896Signature: Cll///` My Comm.Expires Jul 2.2023 J OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) LIMITED GENERAL NUMBER OF PAGES ATTORNEY-IN-FACT O TRUSTEE(S) O GUARDIAN/CONSERVATOR O OTHER DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES)) SIGNER(S)OTHER THAN NAMED ABOVE 01203.0006/601229.1 B-32 EXHIBIT "A" SCOPE OF SERVICES I.Consultant will perform the following maintenance services for all 1,536 catch basins maintained by the City (the "Services"): A. Pre-Season Inspection, Cleaning and Maintenance - The Consultant shall visually inspect, clear and dispose of all debris, and perform any required minor repairs from July 1 to September 30 of each year, hereafter known as a Pre-Season Cleaning. All cleaning shall be performed according to the Catch Basin Cleaning Standards in Exhibit"A-1". B. Wet Season Inspection and Cleaning - The Consultant shall perform regular inspections from October 1 to April 30 of each year, hereafter known as a Wet- Season Cleaning. Inspections shall be performed at least monthly, but may be required more often if catch basins are not providing drainage at design capacity due to debris accumulation. During these subsequent inspections Consultant shall immediately clean any catch basins found to have a blocked or clogged inlet or be at least 25% full of trash and debris. When rain is predicted, Consultant may be called out to clean any catch basin that may potentially contribute to flooding in the sole opinion of the Contract Officer. Consultant shall respond at no additional cost. All cleaning shall be performed according to the Catch Basin Cleaning Standards. C. Debris Disposal - The Consultant shall remove and legally dispose of all trash, debris, waste, and liquid generated by the Services as specified below: a. Disposal Location - Collected debris shall be legally disposed of by the Consultant in bins provided by the City at the City's yard, located at 30940 Hawthorne Blvd., Rancho Palos Verdes, CA 90275. b. Method of Removal - All debris and trash required to be removed from the catch basins shall be removed in a manner to be determined by the Consultant, provide that trash and debris collected from within the City shall not be commingled with trash and debris collected from another jurisdiction prior to it being quantified. The Consultant shall not allow any trash or debris to pass through the Connector Pipe Screens and enter the connector pipe or main line as a result of the cleanout operations. c. Vehicles - Vehicles used by the Consultant to transport debris to approved dump sites shall be so equipped to prevent spillage of liquids or solids. Covering of the load shall be required to prevent the debris from being blown off the transport vehicle. Vehicles and personnel operating these vehicles that do not comply with this requirement may be ordered removed 01203.0006/601229.4 A-1 B-33 from use by the Consultant to perform the Services and shall not be utilized again. D. Disposal Load Tickets - The Consultant shall furnish a Disposal Load Ticket to the Contract Officer whenever a disposal is made. The Disposal Load Ticket shall list for each disposal load, the disposal date, disposal location, and net disposal amount (by weight) of debris disposed. This information shall be recorded on forms provided by the Consultant and approved by the City. Affixing Catch Basin Message - Consultant shall provide and affix a "NO DUMPING" message, in accordance with the City's standard set forth in Exhibit "A-2", to any catch basin without a legible "NO DUMPING" message. E. Documentation - The Consultant shall submit to the Contract Officer at the end of each cleaning cycle, a log of catch basins inspected and cleaned using the catch basin ID number as depicted on the GIS map provided by the Contract Officer the "Cleaning Log"). The Cleaning Log shall contain a record, by catch basin, of the date, volume (as a percentage), and type of trash and debris collected, whether the basin was stenciled, and notes on catch basin condition. This information shall be recorded on pre-approved forms provided by the Consultant. Photos of conditions preventing the safe and complete cleaning of the basin, as further described in Exhibit"A-1", Section B ("Unsound Conditions") should be included with the Cleaning Log. Each photo should clearly identify its location. Forms shall be filled out completely. Photos of Unsound Conditions should be included with the Cleaning Logs as described in Exhibit "A-1". Safety issues (e.g., a broken manhole cover) shall be reported to the City's Contract Officer at once. F. Traffic Control and Safety - Consultant shall provide for public and worker safety while carrying out the duties of this Agreement. A traffic control plan shall be submitted two weeks prior to scheduled work for City approval. The traffic control plan shall follow the City's standards set by the current California Manual on Uniform Traffic Control Devices for Streets and Highways. The traffic control plan may require the seal of a qualified and currently registered civil engineer in the State of California, as determined by the City's Traffic Engineer. When not conducting work according to the Traffic Control Plan, Consultant is responsible for following all street traffic rules. Damage to irrigation lines, sprinklers, plant material, concrete walkways, light poles, fencing, or any public or private property, due to Consultant/driver negligence shall be the responsibility of the Consultant to repair. Repairs shall be completed within 48 hours of the damage. H. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. Pre-Season Cleaning Log. 01203.0006/ 601229.4 A-2 B-34 B. Wet Season Cleaning Log. C. Traffic Control Plan. D. "No Dumping" Message Stencil. III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: A. Disposal Load Ticket—to be completed following each disposal of debris. IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. Ron Norman: President B. Martin Pedilla: Catch Basin Service Technician C. Mario Gudino : Catch Basin Service Technician 01203.0006/601229.4 A-3 B-35 EXHIBIT "A-1" CATCH BASIN INSPECTION AND CLEANING STANDARDS Consultant shall conduct the Services in compliance with the following standards: A. Cleaning — Catch Basins shall be cleaned to the following minimum standards: general inspection of catch basin condition; removal and replacement of catch basin manhole or grate; atmospheric testing of basin; removal of all debris, trash and liquids from vault, filters, grate, Connector Pipe Screens, Automatic Retractable Screen units and the first 6 feet of connector pipes; marking of the cleaning date; legal disposal of trash and debris; and documentation, as described below. B. Inspection of Catch Basins by the Consultant - The Consultant shall inspect each catch basin for Unsound Conditions such as but not limited to: a) exterior damage, b) bent or missing protection bars, c) damaged manholes or grating, d) damaged face plate, e) other physical damages, f) cemented materials that have been dumped on or into the basin, and cannot be removed by normal cleanout operations, g) catch basins requiring safety bars per the National Standard Specifications Public Works Construction Standard Plan 310 and h) legibility of stenciled"No Dumping" message. Catch basins with Unsound Conditions shall be photographed prior to cleaning. Photo documentation of Unsound Conditions shall be submitted to the Contract Officers as detailed in Section G, "Reporting Documentation," below. Consultant shall report evidence of rodents and/or vectors breeding/living in the storm drain system to the City within 24 hours of discovery. C. Removal and Replacement of Catch Basin Manhole Covers and Gratings - The Consultant shall remove and replace the catch basin manhole cover or grating of each catch basin. Screws or bolts that cannot be reused shall be replaced with new ones matching the size and quality of the unusable screw or bolt.. Consultant shall remove any frozen cover screws. If during their removal the catch basin covers or screws should become damaged, it shall be the Consultant's responsibility to replace them in accordance with the applicable Standard Plan and to re-drill and thread new holes, if necessary, at no additional cost to the City. If heat is used to facilitate removal of frozen cover screws, the screws must be checked the following workday to verify that they have not refrozen. Before leaving a catch basin, the Consultant shall thoroughly clean all debris from the manhole frame and cover and/or grating frame and grating. When replacing the catch basin covers, the Consultant shall grease all catch basin cover screws with a high temperature thread lubricant and seal grease (Jet-Lube by Koper-Kote or equivalent) and shall furnish and replace any missing screws. 01203.0006/601229.4 A-4 B-36 D. Testing for Safe Atmospheric Conditions - As required by CAL-OSHA, the Consultant shall continuously test for safe atmosphere conditions in each catch basin. Testing shall be done immediately prior to removing the manhole cover or grating as applicable and continuously thereafter while anyone is working in the basin. Testing shall verify that safe atmosphere conditions exist in the catch basin. If unsafe readings are indicated, the Consultant shall use a blower to provide continuous ventilation of the catch basin. Entry shall not be made until no hazardous atmospheric conditions exist. E. Cleanout and Minor Maintenance - The Consultant shall perform minor maintenance as required. Minor Maintenance as used within this specification shall mean adjustments to the Automatic Retractable Screen unit to allow for proper operation. Minor Maintenance shall include repairs to the Connector Pipe Screen or Filter units that may result during the cleaning of the catch basin. Minor Maintenance does not include the replacement of bent or damaged parts caused by vandalism or accident. If the work required to restore the Automatic Retractable Screen units to proper operation exceeds minor maintenance the Consultant shall inform the Contract Officer by noting it in the Cleaning Log. F. Cleanout Year Marking - Upon the satisfactory cleanout of each catch basin, the Consultant shall mark (stencil) the appropriate year("19" for 2019, "20" for 2020, etc.) with blue paint in 3 inch high letters on the back wall at the downstream end of the catch basin. All existing stencils shall be covered neatly with grey paint prior to stenciling the current year. On grate-type catch basins, the stencil shall be placed on the wall perpendicular to the longitudinal axis of the grating. Stencil is to be plainly visible from the street surface and placed a minimum of 12 inches and a maximum of 24 inches below the top of the catch basin. G. Reporting Documentation 1.Disposal Load Tickets. The Consultant shall furnish a Disposal Load Ticket to the City's Contract Officer whenever a disposal is made. The Disposal Load Ticket shall list for each disposal load, the disposal date, disposal location, and net disposal amount (by weight) of debris disposed. This information shall be recorded on forms provided by the Consultant and approved by the City. Final payment will not be made until all Disposal Load Tickets are submitted. 2.Cleaning Log. The Consultant shall submit to the City's Contract Officer at the end of each cleaning cycle, a log of catch basins inspected and cleaned using the catch basin ID number as depicted on the Plans. The Cleaning Log shall contain a record, by catch basin, of the date, volume as a percentage), and type of trash and debris collected, whether the basin was stenciled and notes on catch basin condition. This information shall be recorded on pre-approved forms provided by the Consultant. Photos of un- 01203.0006/601229.4 A-5 B-37 sound conditions should be included with the Cleaning Log. Each photo should clearly identify its location. Forms shall be filled out completely. H. Maintenance Conditions and Maintenance Standards Listed below are maintenance standards which shall apply to this Contract. The cleanout of each catch basin shall meet the maintenance standards listed below. Maintenance Standards 1. No trash and debris located immediately in front of catch basin opening, and on top or between metal grates. 2. No vegetation blocking catch basin opening 3. No trash and debris within the catch basin. 4. No trash and debris in connector pipeopening and/or in the connector pipe for a distance of 6 feet from the opening. 5. No trash and debris inside the filtration basket or on metal screens of catch basins retrofitted with baskets or metal screens 6. No trash and debris on connector pipe screens Trash and debris shall include, but are not limited to, sediment, mud, vegetation, and garbage. Dead animals shall be removed from the catch basin by the Consultant. Upon completion of a cleanout operation at a catch basin and before leaving it, the Consultant shall sweep and clean the top surface of the catch basin and the area two feet around the basin, and shall remove any trash and debris resulting from the cleanout operations. No debris is to be left at a catch basin for future pick-up. 01203.0006/601229.4 A-6 B-38 EXHIBIT "A-2" NO DUMPING MESSAGE STANDARD City of Rancho Palos Verdes R=15 mm (1/2") --\ j White top layer rSy(4) pU M, ti6 I 110 6 4 Ln O'Q Cut out top layer 1/Ap 10 0000, to blue under layer t 305 (12') CATCH BASIN "NO DUMPING" MESSAGE STANDARD Dimensions are in millimeters,except as noted 1.No Dumping" message ("Message") shall be affixed to the Portland Cement Concrete catch basin cover. Before application, Consultant shall prepare Portland Cement Concrete surfaces with a primer sealer. If the cover is buried or otherwise cannot be exposed, Consultant shall propose an alternate location for the City's Contract Officer's approval. 2.Message shall be affixed using either paint or thermoplastic stencil. Any existing illegible Message shall be removed or painted over such that only one Message is affixed to the catch basin. 3.Stencil material shall be two-layer resilient thermoplastic with 30% graded glass beads, 3 15 mm (125 mils) total thickness with beveled edges. Material shall be American Association of State Highway and Transportation Officials designated M249-79(86), 01203.0006/601229.4 A-7 B-39 except that material shall be pre-formed. Acceptable products shall be PreMark® Pavement Markings by Flint Trading Inc., (115 Todd Court, Thomasville, NC 27360; 336)-475-6600; www.flinttrading.com), or approved equal. Stencils shall be affixed using a propane torch, per manufacturer's recommendations. 4.If paint is selected, the Message shall be affixed using blue paint designed for outdoor use on concrete surfaces and applied per the manufacturer's recommendations. The Message shall be applied over a white painted background. The PCC surface shall be prepared per paint manufacturer's recommendations. The work shall be in conformance with requirements for curb markings in Sections 210 and 310 of the Standard Specifications. 5.The design layout of the Message and paint colors shall be as shown. Graphic designs other than that shown above are subject to approval. Consultant shall submit a sample of the stencil to be used to the Contract Officer for approval no less than 5 working days prior to affixing any message. Submit full sized drawings and material samples to the Contract Officer for approval before application. 01203.0006/601229.4 A-8 B-40 EXHIBIT "B" SPECIAL REQUIREMENTS Superseding Contract Boilerplate) INTENTIONALLY LEFT BLANK] 01203.0006/601229.4 B-1 B-41 EXHIBIT "C" SCHEDULE OF COMPENSATION I.Consultant shall perform the following tasks at the following rates: Description Unit Cost Unit Quantity Total Pre-Season Inspection Per 1 and Clean out of City 16 Catch 1,536 24,576 Maintained Catch Basins Basin Wet-Season Inspection Per 2 and Clean out of City 24,576 Month 7 172,032 Maintained Catch Basins 3 Prepare Approved 0.00 Each 1 0.00 Traffic Control Plan Provide and Affix a"No 4 Dumping"message to 4 Each 200 800 the catch basin as needed. Additional Catch Basin 5 16 Each 100.00 1,600 Cleanings as needed Yearly Total Cost 199,008.00 Total for FY 2019-2020, 2020-2021,2021-2022 597,024.00 II. A retention of ten percent (10%) shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory completion of services. 01203.0006/601229.4 C-1 B-42 Not Applicable III. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. NOT APPLICABLE IV. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all 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. Each monthly payment will not be made until all Disposal Load Tickets for the applicable month are submitted. V. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. VI. The Consultant's billing rates for all personnel are attached as Exhibit C-1. NOT APPLICABLE 01203.0006/601229.4 C-2 B-43 EXHIBIT "D" SCHEDULE OF PERFORMANCE I.Consultant shall perform all services timely in accordance with the following schedule: Task Deadline Date A. Pre-Season Inspection and Clean out of All City September 30`h of each year Maintained Catch Basins B. Wet-Season Inspection and Clean out of City to Maintained Catch Basins April 30of each year C. Provide and Affix a"No Dumping" message to the catch basin as needed. As Needed D.Additional Catch Basin Cleanings as needed As Needed II. Consultant shall deliver the following tangible work products to the City by the following dates. Task Deadline Date A. Pre-Season Cleaning Log October 15 of Each Year B. Wet Season Cleaning Log May 5 of Each Year C. Traffic Control Plan Two weeks prior to Scheduled Work D. No Dumping" Message Stencil 5 Work Days Prior to Beginning Work III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. 01203.0006/601229.4 D-1 B-44 City of Culver City Staff Report Mike Balkman Council Chambers 9770 Culver Blvd. Culver City, CA 90232 File #:24-892,Version:1 Item #:C-10. CC - CONSENT ITEM:Approval of a Three-Year Agreement with Ron’s Maintenance, Inc. for Citywide Catch Basin Cleaning and Inspection Services, in an Amount Not-to-Exceed $188,000 Annually, with the Option to Extend the Agreement an Additional Two Years. Meeting Date:April 29, 2024 Contact Person/Dept:Sean Singletary/Public Works Department Phone Number:(310) 253-6457 Fiscal Impact: Yes [X] No [ ]General Fund:Yes [ ] No [X] Attachments:Yes [ ] No [X] Public Notification: E-Mail: Meetings and Agendas - City Council (04/24/2024) Department Approval:Yanni Demitri, Public Works Director / City Engineer (04/01/2024) _____________________________________________________________________ RECOMMENDATION: Staff recommends the City Council approve a three-year agreement with Ron’s Maintenance, Inc. for Citywide Catch Basin Cleaning and Inspection Services in an amount not-to-exceed $188,000 annually, with the option to extend the contract an additional two years. BACKGROUND: Storm drain catch basin maintenance is an important function of water quality management and compliance with the City’s Municipal Storm Sewer System (MS4) and National Pollutant Discharge Elimination System (NPDES) Permits. The City has approximately 741 storm drain catch basins that drain to two watersheds, Ballona Creek and Marina Del Rey. These catch basins are equipped with trash excluder devices to prevent debris from entering the storm drain system - connector pipe screens (CPS) and automatic retractable screens (ARS). Connector pipe screens (CPS) are located within the catch basin and prevent trash from entering the storm drain system by forming a barrier around the storm drain inlet. Automatic retractable screens (ARS) are located outside of the catch basin and prevent trash and debris from entering the catch basin during dry weather. These facilities are required to be maintained regularly and stamped with “No Dumping” decals. City of Culver City Printed on 4/18/2025Page 1 of 2 powered by Legistar™C-1 File #:24-892,Version:1 Item #:C-10. DISCUSSION: On February 22, 2024, the Department released a Request for Proposals (RFP #2431) to provide Citywide Catch Basin Cleaning and Inspection Services. A total of four proposals were received by the March 28, 2024, submission deadline. The proposers are listed below in alphabetical order: 1. Downstream Services, Inc. 2. Panico Excavation, Inc. 3. Ron’s Maintenance, Inc. 4. United Storm Water Inc. The proposals were evaluated based on the qualifications and experience of the firm and proposed team; questions/responses to the scope of services; references; and total program costs. Staff determined Ron’s Maintenance, Inc. to be the best qualified and most cost effective. Ron’s Maintenance, Inc. is a full-service maintenance company with over 30 years providing catch basin and storm drain maintenance to municipalities. Ron’s Maintenance Inc. has performed these activities for the City of Culver City since 2012, as well as similar work for the Counties of Los Angeles and Orange. Staff recommends that City Council approve the three-year professional services agreement with Ron’s Maintenance, Inc. for the Citywide Catch Basin Cleaning and Inspection Services in an amount not-to-exceed $188,000 annually, with the option to extend the agreement an additional two years. FISCAL ANALYSIS: The Adopted Budget for Fiscal Year 2023-2024 budget includes sufficient funding available in Account #43480000.730100.PZ497 (Stormwater MS4 Permit Compliance Program) to fund the first year of the agreement. Funding for additional years of the agreement will be included in future fiscal year budgets. ATTACHMENTS: None. MOTION: That the City Council: 1.Approve a three-year with Ron’s Maintenance, Inc. for Citywide Catch Basin Cleaning and Inspection Services in an amount not-to-exceed $188,000 annually, with an option to extend for two additional years; 2.Authorize the City Attorney to review/prepare the necessary documents; and 3.Authorize the City Manager to execute such documents on behalf of the City . City of Culver City Printed on 4/18/2025Page 2 of 2 powered by Legistar™C-2 ENSO: Recent Evolution, Current Status and Predictions Update prepared by: Climate Prediction Center / NCEP 22 September 2025 D-1 Outline Summary Recent Evolution and Current Conditions Oceanic Niño Index (ONI) Pacific SST Outlook U.S. Seasonal Precipitation and Temperature Outlooks Summary D-2 Summary * Note: These statements are updated once a month (2nd Thursday of each month) in association with the ENSO Diagnostics Discussion, which can be found by clicking here. ENSO Alert System Status: La Niña Watch ENSO-neutral is present.* Equatorial sea surface temperatures (SSTs) are near-to-below average across most of the Pacific Ocean. A transition from ENSO-neutral to La Niña is likely in the next couple of months, with a 71% chance of La Niña during October -December 2025. Thereafter, La Niña is favored but chances decrease to 54% in December 2025 -February 2026.* D-3 From early December 2024 through February 2025, below-average SSTs persisted in the east-central and central Pacific. During February-March 2025 and late May-August, above-average SSTs were observed in the eastern Pacific. Since the end of March, SSTs returned to near average across most of the equatorial Pacific Ocean. Since mid-August, equatorial SSTs have been near-to-below average from the central to eastern Pacific Ocean. Recent Evolution of Equatorial Pacific SST Departures (oC) D-4 Niño Region SST Departures (oC) Recent Evolution The latest weekly SST departures are: Niño 4 -0.3ºC Niño 3.4 -0.4ºC Niño 3 -0.4ºC Niño 1+2 0.0ºC D-5 SST Departures (oC) in the Tropical Pacific During the Last Four Weeks In the last four weeks, equatorial SSTs were above average in the western Pacific Ocean, and were near-to-below average across most of the central and eastern Pacific. 2630 D-6 Global SST Departures (oC) During the Last Four Weeks During the last four weeks, equatorial SSTs were near-to-below average in the eastern Atlantic, central to eastern Pacific, and a small region of the western Indian Oceans. SSTs were above average in the western Pacific, and central and eastern Indian Oceans. 263030 D-7 Weekly SST Departures during the Last Four Weeks During the last 4 weeks, near-to-below average equatorial SSTs continued across most of the Pacific, except for the above- average SSTs that persisted in the western Pacific. D-8 Change in Weekly SST Departures over the Last Four Weeks During the last four weeks, negative SST anomaly changes were evident across most of the equatorial Pacific Ocean. D-9 Upper-Ocean Conditions in the Equatorial Pacific The basin-wide equatorial upper ocean (0-300 m) heat content is greatest prior to and during the early stages of a Pacific warm (El Niño) episode (compare top 2 panels), and least prior to and during the early stages of a cold (La Niña) episode. The slope of the oceanic thermocline is least (greatest) during warm (cold) episodes. Recent values of the upper-ocean heat anomalies (near-average) and thermocline slope index (near-average) reflect ENSO- neutral. The monthly thermocline slope index represents the difference in anomalous depth of the 20ºC isotherm between the western Pacific (160ºE-150ºW) and the eastern Pacific (90º-140ºW).D-10 Central and Eastern Pacific Upper-Ocean (0-300 m) Weekly Average Temperature Anomalies Negative subsurface temperature anomalies dominated from the start of the period through the beginning of April 2025.The negative anomalies reached a minimum in December 2024. In February and March 2025, the negative anomalies significantly weakened. Weak positive anomalies were present from mid- April through early July. In mid-July and mid-August, negative anomalies strengthened. D-11 Sub-Surface Temperature Departures in the Equatorial Pacific Most recent pentad analysis Over the last couple of months, below-average temperatures strengthened across the central and eastern Pacific. Above-average subsurface temperatures persisted in the western Pacific. D-12 Tropical OLR and Wind Anomalies During the Last 30 Days Below-average OLR (enhanced convection and precipitation) was evident over Indonesia, while above-average OLR (suppressed convection and precipitation) was observed over the Date Line. Low-level (850-hPa) wind anomalies were easterly over most of the equatorial Pacific Ocean. Upper-level (200-hPa) wind anomalies were westerly over the eastern equatorial Pacific. D-13 Intraseasonal Variability Intraseasonal variability in the atmosphere (wind and pressure), which is often related to the Madden-Julian Oscillation (MJO), can significantly impact surface and subsurface conditions across the Pacific Ocean. Related to this activity: Significant weakening of the low-level easterly winds usually initiates an eastward- propagating oceanic Kelvin wave. D-14 Weekly Heat Content Evolution in the Equatorial Pacific Equatorial oceanic Kelvin waves have alternating warm and cold phases.The warm phase is indicated by dashed lines.Down-welling and warming occur in the leading portion of a Kelvin wave,and up-welling and cooling occur in the trailing portion. Significant equatorial oceanic Kelvin wave activity (dashed and dotted lines) has been present at times throughout the period shown. Through February 2025, below-average subsurface temperatures dominated the east-central and eastern Pacific. Upwelling Kelvin waves were initiated during September 2024, December 2024, July, and August 2025. From April to early July 2025, near-average temperatures dominated the central and eastern Pacific. Below-average temperatures returned in July 2025 and have persisted in the east-central Pacific. D-15 Low-level (850-hPa) Zonal (east-west) Wind Anomalies (m s-1) At times, the Madden Julian-Oscillation (MJO) has contributed to the eastward propagation of low-level wind anomalies. Since the beginning of the period, easterly wind anomalies mostly dominated the central Pacific Ocean. Westerly Wind Anomalies (orange/red shading) Easterly Wind Anomalies (blue shading)D-16 Upper-level (200-hPa) Velocity Potential Anomalies Unfavorable for precipitation (brown shading) Favorable for precipitation (green shading) Note: Eastward propagation is not necessarily indicative of the Madden-Julian Oscillation (MJO). At times, regions of anomalous divergence (green shading) and convergence (brown shading) shifted eastward. Through the end of July, anomalous divergence was mostly observed over the western and central Pacific. Beginning in August, anomalous divergence was observed mostly over Indonesia. Since mid-March 2025, anomalous convergence mostly persisted outside of the tropical Pacific Ocean. D-17 Outgoing Longwave Radiation (OLR) Anomalies Drier-than-average Conditions (orange/red shading) Wetter-than-average Conditions (blue shading) Positive OLR anomalies (suppressed convection/rainfall) were observed near the Date Line through mid-April 2025. Through early May 2025, negative OLR anomalies (enhanced convection/rainfall) persisted over the eastern Pacific Ocean. Negative OLR anomalies persisted over Indonesia through mid-July 2025 and emerged again in early August 2025. Positive OLR anomalies emerged near the Date Line in late July 2025. D-18 Oceanic Niño Index (ONI) The ONI is based on SST departures from average in the Niño 3.4 region, and is a principal measure for monitoring, assessing, and predicting ENSO. Defined as the three-month running-mean SST departures in the Niño 3.4 region. Departures are based on a set of improved homogeneous historical SST analyses (Extended Reconstructed SST –ERSST.v5). The SST reconstruction methodology is described in Huang et al., 2017, J. Climate, vol. 30, 8179-8205.) It is one index that helps to place current events into a historical perspective. Note: a different SST dataset is used for weekly SST monitoring (slides #4 -9) and is using OISSTv2.1 (Huang et al., 2021). D-19 NOAA Operational Definitions for El Niño and La Niña El Niño: characterized by a positive ONI greater than or equal to +0.5ºC. La Niña: characterized by a negative ONI less than or equal to -0.5ºC. By historical standards, to be classified as a full-fledged El Niño or La Niña episode, these thresholds must be exceeded for a period of at least 5 consecutive overlapping 3-month seasons. CPC considers El Niño or La Niña conditions to occur when the monthly Niño3.4 OISST departures meet or exceed +/-0.5ºC along with consistent atmospheric features. These anomalies must also be forecasted to persist for 3 consecutive months. D-20 ONI (ºC): Evolution since 1950 The most recent ONI value (June – August 2025) is -0.2ºC. El Niño La Niña Neutral D-21 Historical El Niño and La Niña Episodes Based on the ONI computed using ERSST.v5 Recent Pacific warm (red) and cold (blue) periods based on a threshold of +/-0.5 ºC for the Oceanic Nino Index (ONI) [3 month running mean of ERSST.v5 SST anomalies in the Nino 3.4 region (5N-5S, 120-170W)]. For historical purposes, periods of below and above normal SSTs are colored in blue and red when the threshold is met for a minimum of 5 consecutive over-lapping seasons. The ONI is one measure of the El Niño-Southern Oscillation, and other indices can confirm whether features consistent with a coupled ocean-atmosphere phenomenon accompanied these periods. The complete table going back to DJF 1950 can be found here. Year DJF JFM FMA MAM AMJ MJJ JJA JAS ASO SON OND NDJ 2013 -0.4 -0.4 -0.3 -0.3 -0.4 -0.4 -0.4 -0.3 -0.3 -0.2 -0.2 -0.3 2014 -0.4 -0.5 -0.3 0.0 0.2 0.2 0.0 0.1 0.2 0.5 0.6 0.7 2015 0.5 0.5 0.5 0.7 0.9 1.2 1.5 1.9 2.2 2.4 2.6 2.6 2016 2.5 2.1 1.6 0.9 0.4 -0.1 -0.4 -0.5 -0.6 -0.7 -0.7 -0.6 2017 -0.3 -0.2 0.1 0.2 0.3 0.3 0.1 -0.1 -0.4 -0.7 -0.8 -1.0 2018 -0.9 -0.9 -0.7 -0.5 -0.2 0.0 0.1 0.2 0.5 0.8 0.9 0.8 2019 0.7 0.7 0.7 0.7 0.5 0.5 0.3 0.1 0.2 0.3 0.5 0.5 2020 0.5 0.5 0.4 0.2 -0.1 -0.3 -0.4 -0.6 -0.9 -1.2 -1.3 -1.2 2021 -1.0 -0.9 -0.8 -0.7 -0.5 -0.4 -0.4 -0.5 -0.7 -0.8 -1.0 -1.0 2022 -1.0 -0.9 -1.0 -1.1 -1.0 -0.9 -0.8 -0.9 -1.0 -1.0 -0.9 -0.8 2023 -0.7 -0.4 -0.1 0.2 0.5 0.8 1.1 1.3 1.6 1.8 1.9 2.0 2024 1.8 1.5 1.1 0.7 0.4 0.2 0.0 -0.1 -0.2 -0.3 -0.4 -0.5 2025 -0.6 -0.4 -0.2 -0.1 -0.1 -0.1 -0.2 D-22 CPC Probabilistic ENSO Outlook Updated: 11 September 2025 A transition from ENSO-neutral to La Niña is likely in the next couple of months, with a 71% chance of La Niña during October -December 2025. Thereafter, La Niña is favored but chances decrease to 54% in December 2025 -February 2026. D-23 IRI Pacific Niño 3.4 SST Model Outlook Figure provided by the International Research Institute (IRI) for Climate and Society (updated 19 September 2025). Most models favor La Niña to emerge in the coming season, persisting through Northern Hemisphere winter (December- February) before transitioning back to ENSO-neutral in early 2026. D-24 SST Outlook: NCEP CFS.v2 Forecast (PDF corrected) Issued: 21 September 2025 The CFS.v2 ensemble mean (black dashed line) favors La Niña during the Northern Hemisphere fall and winter 2025-26. D-25 Atmospheric anomalies over the North Pacific and North America During the Last 60 Days 1 of 3 From mid-July to mid-August, above-average heights and temperatures were evident over the eastern U.S. This pattern shifted in mid-August, with below-average heights and temperatures emerging over the eastern U.S. D-26 2 of 3 Atmospheric anomalies over the North Pacific and North America During the Last 60 Days From mid-July to mid-August, above-average heights and temperatures were evident over the eastern U.S. This pattern shifted in mid-August, with below-average heights and temperatures emerging over the eastern U.S. D-27 3 of 3 Atmospheric anomalies over the North Pacific and North America During the Last 60 Days From mid-July to mid-August, above-average heights and temperatures were evident over the eastern U.S. This pattern shifted in mid-August, with below-average heights and temperatures emerging over the eastern U.S. D-28 U.S. Temperature and Precipitation Departures During the Last 30 Days End Date: 20 September 2025 Percent of Average Precipitation Temperature Departures (degree C) 1 of 2D-29 Percent of Average Precipitation End Date: 20 September 2025 U.S. Temperature and Precipitation Departures During the Last 90 Days 2 of 2 Temperature Departures (degree C) D-30 U. S. Seasonal Outlooks Precipitation Temperature October-December 2025 The seasonal outlooks combine the effects of long -term trends, soil moisture, and, when appropriate, ENSO. D-31 Summary * Note: These statements are updated once a month (2nd Thursday of each month) in association with the ENSO Diagnostics Discussion, which can be found by clicking here. ENSO Alert System Status: La Niña Watch ENSO-neutral is present.* Equatorial sea surface temperatures (SSTs) are near-to-below average across most of the Pacific Ocean. A transition from ENSO-neutral to La Niña is likely in the next couple of months, with a 71% chance of La Niña during October -December 2025. Thereafter, La Niña is favored but chances decrease to 54% in December 2025 -February 2026.* D-32