Loading...
CC SR 20251118 F - Landslide Emergency Contract Continuation CITY COUNCIL MEETING DATE: 11/18/2025 AGENDA REPORT AGENDA HEADING: Consent Calendar AGENDA TITLE: Consider continuing the emergency justification for work and emergency contracting for the Greater Portuguese Bend-Ancient Altamira Landslide Emergency Project. RECOMMENDED COUNCIL ACTION: (1) Reconfirm, by a four-fifths vote, there is a need to continue the work on the Emergency Project declared by Council-adopted Resolution No. 2024-20 on May 7, 2024, finding an emergency exists requiring immediate action in the Greater Portuguese Bend-Ancient Altamira Landslide Complex (Landslide Complex) to seek to mitigate the movement of the landslide; (2) Direct the City Clerk to confirm the same in the minutes of this City Council meeting, via Minute Order, reflecting this action; (3) Accept the emergency landslide stabilization work conducted by Malcolm Drilling Company, Inc. (Malcolm) between May 22, 2024 and June 30, 2025 (through FY 2024-25) as complete and authorize the City Clerk to file a Notice of Completion for the construction contract with the Los Angeles County Registrar-Recorder’s Office; (4) Approve Amendment No. 1 to the Consultant Maintenance Agreement (CMA) with Genesis Electrical, Inc. (Genesis) for maintenance and repair services for the Abalone Cove Sanitary Sewer System lift station generators, increasing the not- to-exceed amount for the initial one-year term by $50,000 from $25,000 to $75,000 while maintaining a 10% contingency, for which the completed value of work under the amended Agreement will not exceed the project budget; (5) Approve issuing a purchase order for goods in the amount of $42,336 to Genesis for purchasing three (3) trailer-mounted propane tanks to fuel the Abalone Cove Sanitary Sewer System lift station generators, for which the completed value of work as part of the purchase order will not exceed the project budget ; (6) Award a Public Works Agreement (PWA) to Yellow Jacket Drilling Services, LLC. (Yellow Jacket) for landslide emergency on-call dewatering well drilling and related services in the not-to-exceed amount of $1,500,000, for a term ending on June 30, 2026, for which the completed value of work under the Agreement combined with other related on-call contracts will not exceed the project budget; and, (7) Authorize the Mayor to execute the above -listed Agreements and Amendment in a form approved by the City Attorney. 1 FISCAL IMPACT: VR Cost to Date: The total cost of the emergency response is projected to reach approximately $48 million for the period from October 2022 through the fiscal year ending June 30, 2025. This includes purchase order carryovers and continuing appropriations from FY 2023 -24 and is funded through multiple sources, including the General Fund, CIP Fund, ARPA, Supervisor Hahn’s Social Program Grant, and Metro Funds. Adding the revised FY 2025- 26 budget of $16.4 million, the total estimated cost for the Greater Portuguese Bend– Ancient Altamira Landslide Complex from 2022 through June 30, 2026, is estimated to be approximately $64.4 million. FY 2024-25: A comprehensive summary of expenditures incurred for FY 2024 -25 is included in the August 19, 2025 staff report and can be found at the following link: https://rpv.granicus.com/MetaViewer.php?view_id=5&clip_id=4840&meta_id=130486 FY 2025-26 Adopted Budget - Expenditures: The FY 2025-26 City Council adopted budget for the Portuguese Bend Landslide is $17,750,000 in the CIP and $860,300 for Property Tax Assessments in the General Fund, as detailed in the tables below. On September 16, 2025, the City Council approved a revised budget based on a current assessment of field conditions and a reassessment of the proposed winterization projects. The total revised budget is $16.4 million, a decrease of $2,168,000. The breakdown for each fund is shown below: Capital Infrastructure Program (CIP) Fund: Funding Source: Capital Infrastructure Program (CIP) Fund FY 2025-26 Revised Budget 8202 - Abalone Cove Sanitary Sewer Repair Program 3,000,000 8304 - Portuguese Bend Landslide Remediation 530,000 8307 - Portuguese Bend Landslide Remediation - Emergency Stabilization Measures 6,187,000 Construction 3,984,045 Professional Services (Engineering, Environmental, Inspection, Management 1,627,955 Contingency 575,000 8308 - Portuguese Bend Landslide Remediation - Deep Dewatering Wells 1 thru 6 Permanent Power (City's Federal Grant Match) 525,000 8309 - Portuguese Bend Landslide Hydrology & Hydraulics Study 1,265,000 TOTAL - FY 2025-26 (CIP FUND – PREVIOUSLY $13,675,000) $11,507,000 2 Special Revenue (Restricted) Funds: Funding Sources: Special Revenue (Restricted) Funds FY 2025-26 Revised Budget 8302 - Palos Verdes Drive South Landslide Repair Program 2,500,000 SB-1 Gas Tax (Fund 204) 750,000 Prop C (Fund 215) 1,150,000 Measure R (Fund 220) 600,000 8308 - Portuguese Bend Landslide Remediation - Deep Dewatering Wells 1 thru 6 Permanent Power 1,575,000 Federal Grant 1,575,000 TOTAL - FY 2025-26 SPECIAL REVENUE (RESTRICTED) FUNDS $4,075,000 General Fund: Funding Source: General Fund FY 2025-26 Adopted Budget 3150 Property Tax Assessments KCLAD 475,902 ACLAD 384,398 TOTAL - FY 2025-26 General Fund $860,300 ORIGINATED BY: David Copp, Deputy Public Works Director REVIEWED BY: Ramzi Awwad, Public Works Director APPROVED BY: Ara Mihranian, AICP, City Manager ATTACHED SUPPORTING DOCUMENTS: A. November 4, 2025 City Council Staff Report – Emergency Landslide Stabilization Contract Continuation (Linked) B. September 16, 2025 City Council Staff Report – Landslide Update (Linked) C. May 7, 2025 City Council Staff Report – Landslide Update and Approve Emergency Contracts (Linked) D. August 20, 2024 City Council Staff Report – Landslide Update (Linked) E. October 1, 2024 City Council Staff Report – Consideration and Possible Action on the Greater Portuguese Bend-Ancient Altamira Landslide Complex (Linked) F. August 19, 2025 City Council Staff Report – Landslide Update (Linked) G. Notice of Completion for contract work completed by Malcolm between May 22, 2024 and June 30, 2025 (Page G-1) H. July 1, 2025 City Council Staff Report – Extend and Award Contracts for Fiscal Year 2025-26 (Linked) I. CMA with Genesis Electrical, Inc. (Page I-1) J. Amendment No. 1 to the CMA with Genesis Electrical, Inc. (Page J-1) K. Cost Proposal from Genesis Electrical, Inc. (Page K-1) 3 L. PWA with Yellow Jacket Drilling Services, LLC (Page L-1) BACKGROUND: On October 3, 2023, the City Council adopted Resolution No. 2023-47, declaring a state of local emergency relating to the land movement in the Landslide Complex and providing the City Manager authorization to approve matters related to the emergency for ratification by the City Council. The state of emergency, as well as the continuation of associated emergency contracting has been timely renewed and is current. Pursuant to Public Contract Code § 22050, the City Manager and Director of Public Works must report to the City Council at its regular meeting the reasons justifying why the emergency continues to exist and why action outside of the normal bidding process is necessary to respond to the emergency. Furthermore, Public Contract Code § 22050 states that the City Council shall, at every regularly scheduled meeting, consider and reaffirm that there is a need to continue to remediate the emergency until the author ized emergency repairs have been completed. Accordingly, because the work has not yet been completed, this item is on tonight’s agenda. This item will be placed on each subsequent agenda until all aspects of the project are completed. The City Council most recently approved continuing the emergency justification for work and emergency contracting for the Greater Portuguese Bend-Ancient Altamira Landslide Emergency Project on November 4, 2025 (Attachment A) and is therefore due to reaffirm the need to continue to remediate the emergency at this evening ’s meeting. Additionally, this evening, the City Council is being asked to consider approving an amendment to an existing contract to continue servicing the City-owned Abalone Cove Sanitary Sewer System and to approve a contract to maintain the City’s deep dewatering wells. DISCUSSION: Re-affirm Need to Continue Emergency Work To support the need for continued emergency contracting authority, the current status of the Deep Dewatering Wells (DDWs) and winterization programs is being provided: Since the start of the DDW program, approximately 375 million gallons, or 1,150 acre- feet of water have been extracted. Extraction rates are currently influenced by the following circumstances: • DDW-9 is currently offline due to low water level. City crews have completed making adjustments to the pump’s operation to minimize the risk of it running dry and burning out. The well is anticipated to be operational by the end of this week. • DDW11 has sheared and based on the low production rate, the City’s Geologists are advising that this DDW should not be re-drilled, but rather re-located, should additional funding become available. Due to the significant cost of relocating this DDW, considered to be well above maintenance and operation costs, there are currently no plans in place to relocate the well. 4 Table 1 - DDW Current Water Extraction Rates as of November 3, 2025 DDW No. Date Operational Current Approximate Water Extraction Rate (Gallons Per Minute) Total Water Extraction to Date Acre-Ft Million Gallons 1 9/13/2024 105 (re-drilled 3/21/25 and 9/25/25) 144 47 2 9/17/2024 85 (re-drilled 5/29/25) 154 50 3 9/21/2024 60 (re-drilled 3/24/25) 145 47 4 9/21/2024 N/A, Decommissioned 3/27/25 106 35 4A 3/29/2025 50 5 9/25/2024 100 (re-drilled 3/26/25 and 9/18/2025)  133 43 6 9/28/2024 70 (re-drilled 12/29/24 and 5/23/25) 125 41 7 10/15/2024 N/A, Decommissioned 6/3/25  15 5 8 10/17/2024 95 (re-drilled 8/14/25) 92 30 9 10/25/2024 N/A, Decommissioned 11/07/24  74 24 9A 11/16/2024 N/A, (re-drilled 12/29/24, 5/10/25, 8/22/25) Currently offline 10 10/24/2024 105 (re-drilled 5/11/25) 160 52 11 12/3/2024 N/A, Decommissioned 3/14/25  2 1 Totals 640 1,150 375 Status of Winterization Measures Following City Council direction on September 16, 2025 (Attachment B), staff finalized the scope of work for implementing winterization measures ahead of the rainy season. The work started earlier this month and will be completed by the end of November or early December 2025. Notice of Completion of DDW and Winterization Work by Malcolm through FY 2025-26 On May 7, 2024, the City Council awarded a task order construction contract to Malcolm for constructing the Portuguese Bend Landslide (PBL) Emergency Hydraugers Project (since re-titled to “PBL Emergency Stabilization Measures Project”) in the not-to-exceed amount of $9,000,000 (Attachment C). Malcolm’s work originally consisted of installing two emergency hydrauger systems with five drain arrays each in the PBL, preceded by vertical test boreholes to better understand underground conditions and establish the specific locations of the hydraugers and their drains. The vertical test boreholes installed by Malcolm in Summer 2024 confirmed the existence of a deeper slide plane, which required changing the emergency stabilization strategy in response to the new information. Accordingly, on August 20, 2024, the City Council authorized alternative solutions including DDWs (Attachment D), which were constructed, operated and maintained through Malcolm’s contract through June 30, 2025. Additionally, On October 21, 2025, the City Council approved expanding the scope of work to include winterization work, which was largely completed in January 2026 and further adjusted and maintained during the 2024-2025 rainy season (Attachment E). A detailed financial summary and breakdown of the PBL Emergency Landslide Stabilization work completed by Malcolm is provided in the August 19, 2025 staff report (Attachment F). 5 The filing of the Notice of Completion allows the City to formally close out its contract with Malcolm for the work completed through FY 2024-25 (Attachment G). It is noted that the City released the retention amount in advance of filing the Notice of Completion in keeping with the emergency nature of the original contract award. Malcolm continues to provide landslide stabilization construction services as one of multiple on-call emergency contractors through a separate contract awarded by the City Council on July 1, 2025 (Attachment H). Approval of Amendment to Consultant Maintenance Agreement (CMA) with Genesis The three Abalone Cove Sanitary Sewer System lift stations currently rely on propane generators to remain in service. On July 1, 2025, the City Council awarded a CMA to Genesis for providing routine maintenance and repairs to these generators (Attachment H). Since contract execution, the frequency of unplanned maintenance and repairs has been higher than originally estimated. As result, the cost of maintenance and repair is projected to exceed the original not-to-exceed contract sum of $25,000 authorized for FY 2025-26. Based on costs incurred since July 1, 2025, and projected through the end of FY 2025- 26, an Amendment No. 1 to the CMA is recommended thereby revising the not-to-exceed contract amount to $75,000 (an increase of $50,000) to provide continued sanitary sewer generator service (Attachment J). The proposed amendment does not expand the scope of the services or increase the overall budget for sanitary sewer repairs but provides the necessary contracting mechanism to support sustained generator operability under current field conditions. The increase in costs for maintenance and repairs to generators does not increase the budget for landslide emergency stabilization work as the increased cost is forecast to be offset by a reduction in costs for sewer pipe repairs; therefore, no additional budget is being requested. Purchase Order for Purchasing Three (3) Trailer-Mounted Propane Tanks The generators described above are connected to propane storage tanks as a fuel source. The City currently rents three trailer-mounted propane tanks, at a monthly cost of approximately $1,200 per unit (one per lift station), which equates to an annual rental cost of $43,200 per year, which closely equates to purchasing trailer-mounted propane tanks. To determine if purchasing propane tanks would be more cost effective than renting them, Staff solicited bids from multiple vendors for purchasing trailer-mounted propane tanks and received one responsive proposal from Genesis (Attachment K) in the amount of $42,336. Considering the payback period of one year, the likelihood of continuing to operate generators for that period of time, and the need for backup power in the future, Staff recommend purchasing propane tanks instead of continuing to rent them. 6 The value of the proposed purchase order for goods exceeds the City Manager’s authorization of $25,000 per fiscal year threshold thereby requiring City Council’s approval. Staff are requesting that the City Council approve issuing a purchase order to Genesis for purchasing trailer-mounted propane tanks, as supported by the above- described reasoning in the amount of $42,336. The approval of this purchase order does not increase the budget for landslide emergency stabilization work as the cost of purchasing propane tanks will offset by a reduction in the cost to rent propane tanks as well as other offsets from a reduction in sewer repair work; therefore, no additional budget is being requested. Award a PWA for Emergency On-Call Dewatering Well Drilling Services On July 1, 2025, the City Council awarded agreements to multiple vendors for various landslide emergency stabilization services for FY 2025-26 (Attachment H) including PWAs with two vendors for drilling dewatering wells. Staff have continued to search for additional vendors capable of providing drilling services to increase competition and make sure that there is a bench of on-call contractors available to respond to emerging needs. For that reason, Staff recommend awarding a PWA to Yellow Jacket for dewatering well drilling. This PWA does not increase the budget for landslide emergency stabilization work and only provides a contracting mechanism to issue work to this particular pre-qualified vendor under agreed-upon terms and rates. Therefore, no additional budget is being requested. CONCLUSION: The effects of the ongoing land movement continue to be felt in the Greater Portuguese Bend-Ancient Altamira Landslide Complex. Staff recommends (1) reconfirming that there is a need to continue to remediate the emergency identified by City Council -adopted Resolution No. 2024-20 (originally by Resolution No. 2023-47), (2) reconfirming, by a four-fifths vote, the need for continuing the work on the Portuguese Bend Landslide Emergency Project, and (3) awarding/approving the above-listed agreements, amendment and purchase order to continue the work in FY 2025 -26 within approved budget. Malcolm has completed all contract work through FY 2024-25 in accordance with the plans, specifications, and construction contract. Therefore, Staff recommends accepting their work through FY 2024-25 as complete and filing a Notice of Completion with the Los Angeles County Registrar-Recorder’s Office. Staff recommend approving an agreement with Genesis to provide sufficient contracting capacity to maintain and repair generators used for operating the Abalone Cove Sanitary Sewer lift stations. Staff also recommend approving a purchase order to purchase propane storage tanks for the generators rather than continuing to rent them considering the approximately one-year payback period. Finally, Staff recommend approving an 7 agreement with Yellow Jacket to increase the bench of prequalified on-call well drilling contractors with agreed-upon terms and rates. ALTERNATIVES: In addition to Staff recommendation, the following alternative actions are available for the City Council’s consideration: 1. Direct Staff not to file a Notice of Completion for the PBL Emergency Stabilization Measures constructed by Malcolm through Fiscal Year 2025-26. 2. Do not authorize the purchase order of three (3) trailer-mounted propane tanks and direct staff to continue leasing. 3. Do not authorize the Public Works Agreement for on-call dewatering well drilling services. 4. Take other action or provide direction, as deemed appropriate. 8 Revised 05/2019  To be recorded with County Recorder within 15 days after completion. No recording fee. RECORDING REQUESTED BY: City of Rancho Palos Verdes Attn: City Clerk 30940 Hawthorne Blvd Rancho Palos Verdes, CA 90275 AND WHEN RECORDED MAIL TO: Same as above THIS SPACE FOR RECORDERS USE ONLY NOTICE OF COMPLETION (CA Civil Code 9204- Public Works) Notice is hereby given by the undersigned owner, a public entity of the State of California, that a public work of improvement has been completed, as follows: Project title or description of work: Date of completion: Nature of owner: Interest or estate of owner: Address of owner: Name of contractor: Address of contractor: Street address or legal description of site: Dated: ___________________________ Owner: City of Rancho Palos Verdes (Name of Public Entity) By: Title: ____________________________ Ara Mihranian, AICP, City Manager State of California ) County of Los Angeles ) ss City of Rancho Palos Verdes ) I am the City Clerk of the City of Rancho Palos Verdes, the public entity which executed the foregoing notice and on whose behalf I make this verification; I have read said notice, know its contents, and the same is true. I certify under penalty of perjury that the foregoing is true and correct. , California on (Date) Executed at Rancho Palos Verdes By: Title: Teresa Takaoka, City Clerk G-1 01203.0006/1057349.1 Consultant Maintenance Agreement CITY OF RANCHO PALOS VERDES This contract form is identical to the consultant long form agreement except that prevailing wages are required. It is used for professional services (including design professionals) and other services where City goes out to formal bid. If used for non-professional services, professional liability insurance should not be required. This was prepared for Mayor’s signature but it may be possible that signatory is someone other than Mayor. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-1 01203.0006/1057349.1 CONTRACT SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and GENESIS ELECTRICAL INC. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-2 01203.0006/1057349.1 -1- AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND GENESIS ELECTRICAL INC. THIS AGREEMENT FOR CONTRACT SERVICES (herein “Agreement”) is made and entered into this 1st day of July, 2025 by and between the RANCHO PALOS VERDES, a California municipal corporation (“City”) and Genesis Electrical Inc. (“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, by issuance of a Request for Proposals or Invitation for Bids, the performance of the services defined and described particularly in Article 1 of this Agreement. B. 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-3 01203.0006/1057349.1 -2- 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. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-4 01203.0006/1057349.1 -3- 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” 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. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-5 01203.0006/1057349.1 -4- 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 seq.), 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-6 01203.0006/1057349.1 -5- 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 (1½) 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 expenses, shall not exceed Twenty Five Thousand Dollars ($25,000) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.8. 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. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-7 01203.0006/1057349.1 -6- 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, 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. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-8 01203.0006/1057349.1 -7- 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer 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 one (1) years from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit D”). ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Consultant. The following principals of Consultant (“Principals”) are hereby designated as being the principals and representatives of Consultant authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Name) (Title) Name) (Title) Name) (Title) Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-9 01203.0006/1057349.1 -8- It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only 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 Ramzi Awwad, Director of Public Works, 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-10 01203.0006/1057349.1 -9- 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: 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. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-11 01203.0006/1057349.1 -10- 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 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 requested 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 Certi ficates 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. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-12 01203.0006/1057349.1 -11- 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. 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 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 insurance 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-13 01203.0006/1057349.1 -12- connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: a) Consultant will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith; b) Consultant will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Consultant hereunder; and Consultant agrees to save and hold the City, its officers, agents, and employees harmless therefrom; c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Consultant for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Consultant hereunder, Consultant agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. Consultant shall incorporate similar indemnity agreements with its subcontractors and if it fails to do so Consultant shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Consultant in the performance of professional services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-14 01203.0006/1057349.1 -13- 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 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-15 01203.0006/1057349.1 -14- 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. 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-16 01203.0006/1057349.1 -15- 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 to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Consultant to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-17 01203.0006/1057349.1 -16- 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 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-18 01203.0006/1057349.1 -17- 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. 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-19 01203.0006/1057349.1 -18- 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 Rancho Palos Verdes, 30940 Hawthorne Boulevard, 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 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 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-20 01203.0006/1057349.1 -19- 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. 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 warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant’s Authorized Initials _______ 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) 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] Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-21 01203.0006/1057349.1 -20- IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALSO VERDES, a municipal corporation David L. Bradley, Mayor ATTEST: Theresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONSULTANT: By: Name: Raymond Washinton Title: CEO By: Name: Willard Brook s Title: Office Administrator Address: 1627 E Fernrock St Carson, CA 90746 Two corporate officer signatures required when Consultant is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-22 01203.0006/1057349.1 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-23 01203.0006/1057349.1 A-1 EXHIBIT “A” SCOPE OF SERVICES I. Contractor shall perform all of the work and comply with all provisions of the Agreement, and with the plans, specifications and other directions provided as part of individual Task Orders executed for the project entitled Portuguese Bend Emergency Landslide Stabilization Project (“the Project”) including any documents or exhibits referenced therein. II. The work shall proceed by Task or Phase (referred to as Task for convenience), the scope of each of which will be provided by the City as soon as the parameters and engineering design for each Task are completed by the City (including any of its consultants), with input from the Contractor, the City’s geotechnical engineering consulting firm, and the City’s geologist. The following process shall apply. A. Each Task to be performed shall be set forth in a written request (“Request”) provided by the City with a description of the work to be performed, and the time desired for completion. All Tasks shall be carried out in conformity with all provisions of this Agreement. B. Following receipt of the Request, the Contractor shall prepare a “Task Proposal” that includes the following components: 1. A written description of how the requested Task will be performed (“Task Description”), including all components and subtasks required engineering, and including any clarifications of the descriptions provided in the Request; 2. The costs to perform the task (“Task Budget”), including a detailed bid schedule, to be developed using the critical path schedule methodology; and based on agreed rates in Exhibit A-1, or as may otherwise be negotiated by the parties. 3. The City may require a schedule for completion of a given task (“Task Completion Schedule”), including a final completion date (“Task Completion Date”). 4. Task Proposals, Task Budgets, and Task Completion Schedules shall be developed while prior Tasks are in process, with the goal of continuous construction on all phases of the Project. C. The City shall approve the Task Proposal or require modifications in writing, and the Contract officer shall issue a Notice to Proceed when a written agreement has been reached on the Task Proposal. D. The task shall be performed at a cost not exceeding the Task Budget, provided that unknown conditions discovered following commencement of work, which could have been discovered despite the Contractor’s due diligence, may be approved pursuant to a change order. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-24 01203.0006/1057349.1 A-2 E. Contractor shall complete the Task and deliver all deliverables to the City by the Task Completion Date and in accordance with the Task Completion Schedule, subject to any extension granted due to schedule impact generated by unknown conditions discovered following commencement of work and approved pursuant to a Change Order. III. The Contractor will be considered one of multiple contractors (via separate contracts) that may be engaged or utilized for the general scope of work specified herein. The City will select a contractor for a specific Task based on one or more of the following parameters: A. The City’s selection of a contractor on a rotational list of on-call contractors while endeavoring to assign work in a manner that is fair and equitable to all contractors. B. The Contractor’s readiness to start the work within an appropriate timeframe. C. The Contractor’s responsiveness to the City’s request for a Task Proposal. D. The degree of success of negotiating the scope, budget and schedule of a given Task. E. The Contractor’s success in performing work under this Agreement. IV. The City does not guarantee the issuance of a given Task or Tasks, or that the sum of city-issued tasks will equal or exceed (by way of amendment or contract change order) the not-to-exceed contract value. V. Brief description of the work to be performed: A. Routine Maintenance- Periodic maintenance for generators including oil changes, filter replacements, coolant service, battery testing, valve adjustments, and full system inspections, performed per manufacturer-recommended intervals. B. Unscheduled Repairs- Diagnostic and repair services for unexpected generator issues such as starter failure, alternator or radiator problems, fuel system issues, battery replacement, and electrical faults. C. Emergency On-Call Support- Rapid response services for generator failures or outages, including troubleshooting, temporary solutions, and critical power restoration. VI. In addition to the requirements of Section 6.2 and any other requirements included in a Task, during performance of the work, Contractor will keep the City apprised of the status of performance by delivering daily and weekly logs of work performed and updated performance schedules as further required in a Task. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-25 01203.0006/1057349.1 A-3 VII. 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. VIII. Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic in accordance with the Work Area Traffic Control Handbook (WATCH), latest edition Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-26 01203.0006/1057349.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS Superseding Contract Boilerplate) Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-27 01203.0006/1057349.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Contractor shall perform all work at the rates submitted as part of Contractor’s Proposal and listed below: ROUTINE (Scheduled) Maintenance – Price List Item 15 -30kW Generator 36-75kW Generator 80- 150kW Generator Notes Oil & Filter Change $300 $400 $475 Every 6 months or 150-200 hours Air Filter Replacement $150 $150 $200 Annually Fuel Filter Change Diesel) 150 $200 $225 Annually Coolant Flush & Refill $300 $300 $300 Every 2–3 years Battery Load Testing $50 $50 $50 Every 6 months Spark Plug Replacement (Gas) 125 $200 $225 Annually (for natural gas/LPG units) Valve Adjustment (if needed) 350 $400 $500 Typically, at 500+ hours Transfer Switch Inspection 150 $150 $150 Annually Full System Inspection/Testing 150 $350 $375 Every 6 months Total Annual Maintenance (Est.): 15 - 30kW: $1,200 - $1575 36 - 75kW: $1,400 - $1,600 80 - 150kW: $1600 - $1850 Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-28 01203.0006/1057349.1 C-2 UNSCHEDULED (Repair-Based) Maintenance – Estimated Costs Common Repair Items 15 - 30kW 36 - 75kW 100 - 150kW Frequency/Notes Starter Motor Replacement $600 $900 $1,000 As needed Alternator Repair/Replace $1,200 $1,800 $2,500 Major failure ECU/Controller Board Replacement 800 $900 $1,200 Electrical issue Common Repair Items 15 - 30kW 36 - 75kW 100 - 150kW Frequency/Notes Radiator Replacement/Repair $900 $1,400 $2,000 Overheating Fuel Injector Cleaning/Replacement 500 $900 $1,200 Diesel generators Exhaust System Repair $700 $900 $1,400 Rust, leaks Battery Replacement (Heavy Duty) 325 $375 $ 400 Every 2–3 years Wiring/Harness Repair $500 $800 $1,000 Rodents, corrosion Control Panel Display (if damaged) 700 $900 $1,200 Physical/electrical damage II. With respect to each completed Task, a retention of five percent (5%) shall be held from each respective payment as a contract retention to be paid upon satisfactory completion of services and the Contractor has requested release of the retention in writing. III. Within the budgeted amounts for each item on the Bid Sheet, and with the approval of the Contract Officer, funds may be shifted from one item’s subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Work is approved per Section 1.10. 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. V. The total compensation for the Services shall not exceed $25,000 as provided in Section 2.1 of this Agreement. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-29 01203.0006/1057349.1 D-1 EXHIBIT “D” SCHEDULE OF PERFORMANCE I. Contractor shall perform all work (the sum of City-issued Task Orders) within the durations specified in the Agreement and supplemented by individual Task Orders starting from the date(s) of the Notice(s) to Proceed in each respective Task Order. II. Contractor shall deliver tangible work products to the City by the deadlines specified in the Agreement, as supplemented by City-issued Task Orders. III. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-30 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT A/C, No): FAX E-MAILADDRESS: PRODUCER A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: Per accident) Ea accident) N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOSONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED?( Mandatory in NH) DESCRIPTION OF OPERATIONSbelowIfyes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY) POLICY EXP( MM/DD/YYYY) POLICYEFFPOLICYNUMBERTYPEOFINSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE AGGREGATE OCCUR CLAIMS-MADE DED RETENTION $ PRODUCTS - COMP/OP AGG GENERAL AGGREGATE PERSONAL & ADV INJURY MED EXP (Any one person) EACH OCCURRENCE DAMAGE TO RENTED $ PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIREDAUTOS ONLY 06/27/2025 Best California Insurance Services 6141 York Blvd. Los Angeles CA 90042 Robert Gamino 818) 509-2900 (818) 509-2904 rgamino@bestcalins.com GENESIS ELECTRICAL INC dba Lic # 896880 1627 E Fernrock St Carson CA 90746 PALOMAR EXCESS & SURPLUS INSURANCE COMPANY16754 CALIFORNIA AUTOMOBILE INS CO.38342 GREAT AMERICAN INSURANCE COMPANY A PA001546700 08/21/2024 08/21/2025 1,000,000 100,000 5,000 1,000,000 2,000,000 2,000,000 B BA040000085200 11/09/2024 11/09/2025 300,000 Com / Coll :1,000 / 1,000 C N WCF18638101 04/22/2025 04/22/2026 1,000,000 1,000,000 1,000,000 Electrical - Within Buildings The General Liability policy has a blanket "Additional Insured" endorsement. Coverage is Primary and Noncontributory. Waiver of Subrogation applies. Proof of Insurance Docusign Envelope ID: 3A17A374-A2DA-44D9-8AB6-1E43B4BB9EF3 I-31 01203.0006 2063138.1 11/5/2025 AMENDMENT NO. 1 TO AGREEMENT FOR CONTRACT SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND GENESIS ELECTRICAL INC. THIS AMENDMENT NO. 1 TO THE AGREEMENT FOR CONTRACT SERVICES by and between the CITY OF RANCHO PALOS VERDES (“City”) and GENSIS ELECTRICAL INC., a California Corporation (“Consultant”) is effective as of November 18, 2025. City and Consultant are sometimes hereinafter individually referred to as "Party" and hereinafter collectively referred to as the “Parties.” RECITALS A. City and Consultant entered into that certain Agreement for Contract Services dated July 1, 2025 (“Agreement”) whereby Consultant agreed to provide routine maintenance, unscheduled repairs and emergency on-call support for generators for a one-year Term expiring June 30, 2026, for a Contract Sum of $25,000. B. Consultant has been paid $23,756.18 through November 1, 2025, and has continued to provide services to assist the City in maintenance and repair of the City’s generators following the term stated in the original Agreement. C. City and Consultant now desire to amend the Agreement to increase the Contract Sum to Seventy-Five Thousand Dollars ($75,000) to ensure sufficient funding remains available for ongoing routine maintenance, unscheduled repair work, and emergency on-call generator support services throughout the Agreement Term. 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 hereby amended to read as follows: Subject to any limitations set forth in this Agreement, City agrees to pay Consultant the amounts specified in the “Schedule of Compensation” attached here to as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed Twenty Five Thousand Dollars ($25,000)Seventy-Five Thousand Dollars 75,000) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.8. 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. Docusign Envelope ID: 306CB9D7-1600-45DB-8A52-9E12848DD4B5 J-1 01203.0006 2063138.1 11/5/2025 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. 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 on behalf of said party, (iii) by so executing this Amendment No. 1, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment No. 1 does not violate any provision of any other agreement to which said party is bound. 6. Counterparts. This Amendment No. 1 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 Amendment No. 1. 7. Incorporation of Recitals. The recitals set forth above are incorporated by reference and made a part of this Amendment No. 1 to the same extent as if they were fully restated herein. SIGNATURES ON FOLLOWING PAGE] Docusign Envelope ID: 306CB9D7-1600-45DB-8A52-9E12848DD4B5 J-2 01203.0006 2063138.1 11/5/2025 IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation David L. Bradley, Mayor ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONSULTANT: GENESIS ELECTRICAL INC., a California Corporation By: ________________________________ Name: Raymond Washington Title: CEO By: ________________________________ Name: Willard Brooks Title: Office Administrator Address: 340 E. Centerview Drive ________ Carson, CA 90746 _____________ Two corporate officer signatures required when Consultant is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Docusign Envelope ID: 306CB9D7-1600-45DB-8A52-9E12848DD4B5 J-3 Page 1 of 2 Genesis Electrical 1627 Fernrock St Carson, CA 90746 USA raywash.rw@gmail.com INVOICE BILL TO JUAN HERNANDEZ 30940 Hawthorne Blvd Rancho Palos Verdes CA 90275 SHIP TO JUAN HERNANDEZ 3 THYME Rancho Palos Verdes CA 90275 INVOICE 1623 DATE 09/05/2025 TERMS Net 15 DUE DATE 09/20/2025 PAYMENT METHOD Check DATE DESCRIPTION QTY RATE AMOUNT 07/15/2025 Trailer TRAILER DESCRIPTION 12 SWEETBAY: Standard Utility 6.5’x12’-2 7,000 GVWR 2,443 12’ Diamond Plate Deck flooring 10SqFt 780 1 Recessed Lights Upgrade 79 1 Electric Brakes on Rear axle 500 GALLON PROPANE TANK DESCRIPTION: GENERAL SPECIFICATIONS ALLOWABLE WORKING PRESSURE (PSIG) RELIEF DISCHARGE RATE - (CFM REQ'D.) ASME UW-52 HEAD TO SHELL ASME UW-51 LONG SEAM 499 W.G. ABOVEGROUND PROPANE TANK-TYPE-AWT-CAL 1 14,112.00 14,112.00 07/15/2025 Propane and Trailer Combo 3 Thyme Place: TRAILER DESCRIPTION Standard Utility 6.5’x12’-2 7,000 GVWR 2,443 12’ Diamond Plate Deck flooring 10SqFt 780 1 Recessed Lights Upgrade 79 1 Electric Brakes on Rear axle 500 GALLON PROPANE TANK DESCRIPTION: GENERAL SPECIFICATIONS ALLOWABLE WORKING PRESSURE (PSIG) RELIEF DISCHARGE RATE - (CFM REQ'D.) ASME UW-52 HEAD TO SHELL ASME UW-51 LONG SEAM 1 14,112.00 14,112.00 K-1 Page 2 of 2 499 W.G. ABOVEGROUND PROPANE TANK-TYPE-AWT-CAL 07/15/2025 Propane and Trailer Combo 27 SWEETBAY TRAILER DESCRIPTION 12 SWEETBAY: Standard Utility 6.5’x12’-2 7,000 GVWR 2,443 12’ Diamond Plate Deck flooring 10SqFt 780 1 Recessed Lights Upgrade 79 1 Electric Brakes on Rear axle 500 GALLON PROPANE TANK DESCRIPTION: GENERAL SPECIFICATIONS ALLOWABLE WORKING PRESSURE (PSIG) RELIEF DISCHARGE RATE - (CFM REQ'D.) ASME UW-52 HEAD TO SHELL ASME UW-51 LONG SEAM 499 W.G. ABOVEGROUND PROPANE TANK-TYPE-AWT-CAL 1 14,112.00 14,112.00 SUBTOTAL 42,336.00 TAX 0.00 TOTAL 42,336.00 BALANCE DUE $42,336.00 Pay invoice to k e n = c c d 3 d 7 3 c 4 5 5 b 4 3 7 5 a b b 6 4 5 3 e 2 7 c 5 e 6 b 0 a e 3 5 6 c a 8 0 6 9 f4 e 1 a 8 8 7 e 6 5 8 7 a e 0 e 8 2 5 4 0 1 2 1 7 7 8 d 4 3 8 1 4 9 8 6 a 9 2 4 e 2 a e 2 b 8 8 e d 9 d K-2 L-1 L-2 L-3 L-4 L-5 L-6 L-7 L-8 L-9 L-10 L-11 L-12 L-13 L-14 L-15 L-16 L-17 L-18 L-19 L-20 L-21 L-22 L-23 L-24 L-25 L-26 L-27 L-28 L-29 L-30 L-31 L-32 L-33 L-34 L-35 L-36 L-37 L-38 L-39 L-40 L-41 L-42 L-43 L-44 L-45 L-46 L-47 L-48 L-49 L-50 L-51 L-52 L-53