Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CC SR 20260317 K - Landslide Emergency Contract Continuation
CITY COUNCIL MEETING DATE: 03/17/2026 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) Ratify Payments to Sunbeam for construction inspection services for the emergency sewer repairs performed on the Abalone Cove Sanitary Sewer System in February 2026; (4) Ratify the Public Works Agreement (PWA) with Williams Pipeline Contractors, Inc. (Williams) for on-call emergency pipeline repairs within the Landslide Complex in the not-to-exceed amount of $750,000 with a 10% contingency of $75,000 and a contract term expiration date of June 30, 2026; and, (5) Ratify the Professional Services Agreement (PSA) with Sunbeam Technologies, Inc. (Sunbeam) for on-call construction inspection services for pipeline repairs within the Landslide Complex in the not-to-exceed amount of $50,000 with a 15% contingency of $7,500, and a contract term expiration date of June 30, 2026. FISCAL IMPACT: VR Cost to Date: The total estimated cost for the Greater Portuguese Bend–Ancient Altamira Landslide Complex from 2022 through June 30, 2026, is projected to reach approximately $64.4 million. This cost is funded through multiple sources, mainly funded from the CIP Fund, General Fund, Metro Funds, ARPA, Supervisor Hahn’s Social Program Grant, Los Angeles County Sanitation District No. 2, and Los Angeles Flood Control District. The PWA with Williams and PSA with Sunbeam executed under the City Manager’s emergency contracting authority does not increase the budget for landslide emergency stabilization work and only ensures additional contracting mechanisms to issue work to additional pre-qualified vendors under agreed-upon terms and rates. Therefore, no additional budget is being requested. 1 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 Budget: The FY 2025-26 City Council adopted budget for the City’s response to the Portuguese Bend Landslide is $17.75 million 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 .16 million. On December 16, 2025, the City Council approved Staff’s proposed carryover of unspent funds in the amount of $1.45 million from FY 2024 -25 for the emergency stabilization measures that were not completed by June 30,2026. Based on these changes, FY 2025- 26 Revised Budget is now $17.9 million. The breakdown for each fund is shown below: Capital Infrastructure Projects (CIP) Fund: Funding Source: Capital Infrastructure Projects (CIP) Fund FY 2025-26 Revised Budget 8202 - Abalone Cove Sanitary Sewer Repair Program 3,000,000 8304 - Portuguese Bend Landslide Remediation Project 530,000 8307 - Portuguese Bend Landslide Remediation - Emergency Stabilization Measures (was $6,187,000 before cont. approp.) 7,635,775 Construction 3,984,045 Professional Services (Engineering, Environmental, Inspection, Management 1,627,955 Contingency 575,000 FY 2024-25 Continuing Appropriations (Approved 12/16/25) 1,448,775 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) $12,955,775 Continued on next page 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) 350,000 Prop C (Fund 215) 1,150,000 Measure R (Fund 220) 1,000,000 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. March 3, 2026 City Council Staff Report – Emergency Landslide Stabilization Contract Continuation (Linked) B. September 16, 2025 City Council Staff Report – Landslide Update (Linked) C. Project Budget Sheet for the Abalone Cove Sanitary Sewer Repair Program from the FY2025-26 Capital Improvement Program (Page C-1) D. Invoices from Sunbeam Technologies, Inc. (Page D-1) (pending to be transmitted as Late Correspondence) E. PSA with Sunbeam Technologies, Inc. (Page E-1) F. PWA with Williams Pipeline Contractors, Inc. (Page F-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 3 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 March 3, 2026 (Attachment A) and is therefore due to reaffirm the need to continue to remediate the emergency at this evening’s meeting under a separate agenda item. 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 in September 2024, approximately 453 million gallons, or 1,386 acre-feet of water have been extracted. Extraction rates are currently influenced by the following circumstances: o DDW-5 is currently offline due to low water level within the well. The issue is under review by the City Geologist team regarding underlying cause and potential remedies. Table 1 - DDW Current Water Extraction Rates as of March 10, 2026 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 90 (re-drilled 3/21/25 and 9/25/25) 185 60 2 9/17/2024 85 (re-drilled 5/29/25) 190 62 3 9/21/2024 50 (re-drilled 3/24/25) 168 55 4 9/21/2024 N/A, Decommissioned 3/27/25 113 37 4A 3/29/2025 25 (re-drilled 2/24/26) 5 9/25/2024 0 (re-drilled 3/26/25 and 9/18/2025) - well currently offline due to low water level 160 52 6 9/28/2024 90 (re-drilled 12/29/24, 5/23/25, and 2/26/26) 140 46 4 DDW No. Date Operational Current Approximate Water Extraction Rate (Gallons Per Minute) Total Water Extraction to Date Acre-Ft Million Gallons 7 10/15/2024 N/A, Decommissioned 6/3/25 15 5 8 10/17/2024 80 (re-drilled 8/14/25 and 2/20/26) 111 36 9 10/25/2024 N/A, Decommissioned 11/07/24 97 32 9A 11/16/2024 35 (re-drilled 12/29/24, 5/10/25, 8/22/25) 10 10/24/2024 95 (re-drilled 5/11/25) 205 67 11 12/3/2024 N/A, Decommissioned 3/14/25 2 1 Totals 550 1,386 453 Status of Winterization Measures Following City Council direction on September 16, 2025 (Attachment B), staff proceeded with implementing winterization measures in early November. All planned winterization measures were completed in mid-February. All winterized areas will continue to be monitored and maintained within the approved budget . Abalone Cove Sanitary Sewer System Repair Program The FY 2025-26 CIP budget includes funding for the Abalone Cove Sanitary Sewer System Repair Program (Attachment C), which is located within the Landslide Complex. The project is intended to repair the Abalone Cove Sanitary Sewer System as needed to sustain continued reliable sewer service as land movement within the area continues to affect the system. On February 6, 2026, Clarke Contracting Corporation was mobilized under an active emergency on-call PWA to perform emergency repairs to a section of the Abalone Cove Sanitary Sewer System (System) near 22 Narcissa Drive and approximately 300ft north of the Wayfarer’s Chapel property. The work included completing a section repair at the location of the break and re-aligning a larger section of the System above -ground, providing the ability to directly monitor this section of the System, and reduce the amoun t of work needed in the future to adjust or repair this section of the System. The work was completed on February 12, 2026, and construction inspection services were provided by Sunbeam, who successfully provided similar services for City -owned pipeline construction work within and outside of the Landslide Complex in recent years. At the time the above-described sewer emergency condition was discovered, the City and Sunbeam were in the process of finalizing the terms and conditions of a PSA and its subsequent execution to provide construction inspection services for pipeline repairs within the Landslide Complex for FY 2025-26. On February 27, 2026, the PSA was executed under the City Manager’s emergency contracting authority and in accordance with the above-referenced City Council Resolution. Since the above-described emergency sewer repairs were constructed before the PSA was executed, the related February invoices for Sunbeam’s construction 5 inspection services require ratification by the City Council as recommended this evening (Attachment D). Staff continue to monitor the sewer system and identify areas of potential concern, perform in-situ condition assessments, prescribe repairs, and time permitting, solicit bids from contractors to carry out the repair work in a planned approach; thereby reducing the risk of sanitary sewer overflows and resulting emergency response. Public Works Agreement (PWA) with Williams To increase the pool of available qualified on-call contractors to repair pipelines within the Landslide Complex, a PWA with Williams was negotiated by Staff and executed on February 25, 2026 under the City Manager’s emergency contracting authority and in accordance with the above-referenced City Council Resolution. Accordingly, and as part of this staff report, the City Council is being asked to consider ratifying the PWA with Williams (Attachment F). Professional Services Agreement (PSA) with Sunbeam Staff are requesting that City Council ratify the PSA with Sunbeam to provide construction inspection services for pipeline repairs within the Landslide Complex through the remainder of FY 2025-26 (Attachment E). CONCLUSION: The effects of the ongoing land movement continue to be felt in the Greater Portuguese Bend-Ancient Altamira Landslide Complex. Staff recommend (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) ratifying the above-described PSA, PWA and invoices to continue the work in FY 2025-26 within approved budget. ALTERNATIVES: In addition to Staff recommendation, the following alternative actions are available for the City Council’s consideration: 1. Identify recommended amendments to the contracts with Williams and/or Sunbeam for FY 2025-26. 2. Take other action or provide direction, as deemed appropriate. 6 CI T Y F U N D S S U M M A R Y GE N E R A L F U N D S U M M A R Y AP P E N D I X BU D G E T P R O G R A M S BU D G E T O V E R V I E W City of Rancho Palos Verdes | Adopted Budget | Capital Improvement Program (Fiscal Years 2025-2026 through 2029-30) 379 Insert Descriptive Photo PROJECT DESCRIPTION This project is intended to repair the Abalone Cove sanitary sewer system to sustain continued reliable service as land movement within the area continues to significantly affect the system, and consists of: 1. Providing a backup power source to the lift stations 2. Relocating portions of the sewer force mains above ground 3. Repairing existing sections of force main sewer lines 4. Repairing existing sections of gravity sewer mains PROJECT COST ESTIMATES 8200 Series Abalone Cove Santitary Sewer System Projects 8202 Abalone Cove Sanitary Sewer Repair Program Overall Planning $ - TBD TBD TBD TBD TBD FY25/26 FY26/27 FY27/28 FY28/29 FY29/30 Committed as of 4/17/2025 Environmental $ - TBD TBD TBD TBD TBD Management $ 25,000 $ 20,000 $ 10,000 $ 10,000 $ 10,000 Engineering $ 200,000 TBD TBD TBD TBD Project Contingency $ 250,000 $ 175,000 $ 85,000 $ 85,000 $ 85,000 TBD TBD TBD Inspection $ 25,000 $ 20,000 $ 10,000 $ 10,000 $ 10,000 TBD Construction $ 2,500,000 $ 1,785,000 $ 895,000 $ 895,000 $ 895,000 TBD 18,252$ 3,000,000$ 2,000,000$ 1,000,000$ 1,000,000$ 1,000,000$ NA FUNDING FY25/26 FY26/27 FY27/28 FY28/29 FY29/30 Future Fiscal Years -$ Committed as of 4/17/2025 Funding source for future needs undetermined -$ 18,252$ 3,000,000$ 2,000,000$ 330 (CIP Fund) -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ The City is obligated to maintain the existing sanitary sewer system and minimize the risk of overflows so that the homes can continue to be occupied within Portuguese Bend Community. Estimated annual operating / maintenance cost TBD ESTIMATED SCHEDULE Construction annually from Fiscal Year 2025-26 through 2029-30. Work beyond Fiscal Year 2026-27 is contingent on identifying available funding sources. Work in remaining years TBD. Project Location Map Background and Justification -$ 18,252$ 3,000,000$ 2,000,000$ TBD TBD TBD TBD -$ -$ -$ C-1 01203.0001/835260.1 1 PROFESSIONAL SERVICES AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and SUNBEAM TECHNOLOGIES, INC. for Construction Inspection Services for Pipeline Repairs Within the Portuguese Bend Landslide Complex Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-1 01203.0001/835260.1 AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND SUNBEAM CONSULTING THIS AGREEMENT FOR PROFESSIONAL SERVICES (“Agreement”) is made and entered into on _________________, 2026 by and between the CITY OF RANCHO PALOS VERDES, a California municipal corporation (“City”) and SUNBEAM TECHNOLOGIES, INC. dba SUNBEAM CONSULTING, A California Corporation (“Consultant”). City and Consultant may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Consultant, following submission of a proposal for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Consultant for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. SERVICES OF CONSULTANT 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Consultant shall provide those services specified in the “Scope of Services”, as stated in the Proposal, attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Consultant represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the services required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Consultant shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Consultant covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E 2/27/2026 E-2 01203.0001/835260.1 2 intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Consultant’s Proposal. The Scope of Service shall include the Consultant’s Proposal which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such Proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. Consultant shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 California Labor Law. If the Scope of Services includes any “public work” or “maintenance work,” as those terms are defined in California Labor Code section 1720 et seq. and California Code of Regulations, Title 8, Section 16000 et seq., and if the total compensation is $1,000 or more, Consultant shall pay prevailing wages for such work and comply with the requirements in California Labor Code section 1770 et seq. and 1810 et seq., and all other applicable laws, including the following requirements: (a) Public Work. The Parties acknowledge that some or all of the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Consultant shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Consultant shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Consultant acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Consultant shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-3 01203.0001/835260.1 3 Consultant shall, as a penalty to the City, forfeit $200 (two hundred dollars) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Consultant or by any subcontractor. (d) Payroll Records. Consultant shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Consultant and each subconsultant to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) Apprentices. Consultant shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Consultant shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Consultant shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within 60 (sixty) days after concluding work pursuant to this Agreement, Consultant and each of its subconsultants shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Consultant acknowledges that 8 (eight) hours labor constitutes a legal day's work. Consultant shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Consultant shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Consultant shall, as a penalty to the City, forfeit $25 (twenty five dollars for each worker employed in the performance of this Agreement by the Consultant or by any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 (eight) hours in any one calendar day and 40 (forty) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Consultant in excess of 8 (eight) hours per day, and 40 (forty) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and 1½ (one and one half) times the basic rate of pay. (h) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Consultant certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-4 01203.0001/835260.1 4 Consultant’s Authorized Initials ________ (i) Consultant’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Consultant shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Consultant shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Consultant shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Consultant shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Consultant shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Consultant’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Consultant warrants that Consultant (i) has thoroughly investigated and considered the scope of services to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Consultant warrants that Consultant has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Consultant discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Consultant shall immediately inform the City of such fact and shall not proceed except at Consultant’s risk until written instructions are received from the Contract Officer in the form of a Change Order. 1.7 Care of Work. The Consultant shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City’s own negligence. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-5 01203.0001/835260.1 5 1.8 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.9 Additional Services City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written Change Order is first given by the Contract Officer to the Consultant, incorporating therein any adjustment in (i) the Contract Sum for the actual costs of the extra work, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Consultant. Any increase in compensation of up to 15% (fifteen percent) of the Contract Sum; or, in the time to perform of up to 90 (ninety) days, may be approved by the Contract Officer through a written Change Order. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. It is expressly understood by Consultant that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services. Consultant hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Consultant anticipates and that Consultant shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other Consultants. No claims for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. If in the performance of the Services, the Contractor becomes aware of material defects in the Scope of Work, duration, or span of the Services, or the Contractor becomes aware of extenuating circumstance that will or could prevent the completion of the Services, on time or on budget, the Contractor shall inform the City’s Contract Officer of an anticipated Change Order. This proposed change order will stipulate the facts surrounding the issue, proposed solutions, proposed costs, and proposed schedule impacts. 1.10 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-6 01203.0001/835260.1 6 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 $50,000 (Fifty Thousand Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.9. 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Consultant at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Consultant is required to attend additional meetings to facilitate such coordination, Consultant shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Consultant shall furnish to City an original invoice, using the City template, or in a format acceptable to the City, for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Consultant is certifying compliance with all provisions of the Agreement. The invoice shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub- contractor contracts. Sub-contractor charges shall also be detailed by such categories. Consultant shall not invoice City for any duplicate services performed by more than one person. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-7 01203.0001/835260.1 7 City shall independently review each invoice submitted by the Consultant to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Consultant which are disputed by City, or as provided in Section 7.3, City will use its best efforts to cause Consultant to be paid within 45 (forty-five) days of receipt of Consultant’s correct and undisputed invoice; however, Consultant acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Consultant for correction and resubmission. Review and payment by City for any invoice provided by the Consultant shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Consultant for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Consultant. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Consultant shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Consultant, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer through a Change Order, but not exceeding 60 (sixty) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Consultant shall within 10 (ten) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Consultant be entitled to recover damages against the City for any delay in the performance of Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-8 01203.0001/835260.1 8 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 4 months 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: Alan Braatvedt President (Name) (Title) Joe Van der Linden Project Manager (Name) (Title) It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Consultant and devoting sufficient time to personally supervise the services hereunder. All personnel of Consultant, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the foregoing Principals may not be replaced nor may their responsibilities be substantially reduced by Consultant without the express written approval of City. Additionally, Consultant shall utilize only the personnel included in the Proposal to perform services pursuant to this Agreement. Consultant shall make every reasonable effort to maintain the stability and continuity of Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Consultant shall notify City of any changes in Consultant’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. City shall have the right to approve or reject any proposed replacement personnel, which approval shall not be unreasonably withheld. 4.2 Status of Consultant. Consultant shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-9 01203.0001/835260.1 9 writing by City. Consultant shall not at any time or in any manner represent that Consultant or any of Consultant’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Consultant, nor any of Consultant’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Consultant expressly waives any claim Consultant may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be David Copp, Public Works Deputy Director, or such person as may be designated by the Director. It shall be the Consultant’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Consultant shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority, if specified in writing by the City Manager, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Consultant. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Consultant, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Consultant’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Consultant shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Consultant shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Consultant in its business or otherwise or a joint venturer or a member of any joint enterprise with Consultant. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Consultant, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Consultant shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City; all subcontractors included in the Proposal are deemed approved. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more 25% (twenty five percent) of the present ownership and/or control of Consultant, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Consultant or any surety of Consultant of any liability hereunder without the express consent of City. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-10 01203.0001/835260.1 10 ARTICLE 5. INSURANCE AND INDEMNIFICATION 5.1 Insurance Coverages. Without limiting Consultant’s indemnification of City, and prior to commencement of any services under this Agreement, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Consultant shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $1,000,000 per occurrence, $2,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. (b) Automobile liability insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non- owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $1,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three (3) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Consultant shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Subcontractors. Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (f) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Insurance certificates and endorsements must be Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-11 01203.0001/835260.1 11 approved by City’s Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (b) Duration of coverage. Consultant shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Consultant, its agents, representatives, employees or subconsultants. (c) Primary/noncontributing. Coverage provided by Consultant shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (d) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain and continuously maintain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Consultant or City will withhold amounts sufficient to pay premium from Consultant payments. In the alternative, City may cancel this Agreement. (e) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (f) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subconsultants. (g) Enforcement of contract provisions (non-estoppel). Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-12 01203.0001/835260.1 12 requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with a 30 (thirty) day notice of cancellation (except for nonpayment for which a 10 (ten) day notice is required) or nonrenewal of coverage for each required coverage. (j) Additional insured status. General liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. A severability of interests provision must apply for all additional insureds ensuring that Consultant’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Consultant agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Consultant, provide the same minimum insurance coverage and endorsements required of Consultant. Consultant agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Consultant agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Consultant 90 (ninety) days advance written notice of such change. If such change results in substantial additional cost to the Consultant, the City and Consultant may renegotiate Consultant’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-13 01203.0001/835260.1 13 (p) Timely notice of claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Consultant agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Consultant, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Consultant is legally liable (“indemnitors”), or arising from Consultant’s or indemnitors’ reckless or willful misconduct, or arising from Consultant’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (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 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-14 01203.0001/835260.1 14 services hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Consultant and shall survive termination of this Agreement. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Consultant shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Consultant’s business, custody of the books and records may be given to City, and access shall be provided by Consultant’s successor in interest. Notwithstanding the above, the Consultant shall fully 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 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-15 01203.0001/835260.1 15 Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Consultant shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Consultant will be at the City’s sole risk and without liability to Consultant, and Consultant’s guarantee and warranties shall not extend to such use, reuse or assignment. Consultant may retain copies of such documents for its own use. Consultant shall have the right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Consultant fails to secure such assignment, Consultant shall indemnify City for all damages resulting therefrom. Moreover, Consultant with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. 6.4 Confidentiality and Release of Information. (a) All information gained or work product produced by Consultant in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Consultant. Consultant shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Consultant, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered “voluntary” provided Consultant gives City notice of such court order or subpoena. (c) If Consultant, or any officer, employee, agent or subcontractor of Consultant, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Consultant for any damages, costs and fees, including attorney’s fees, caused by or incurred as a result of Consultant’s conduct. (d) Consultant shall promptly notify City should Consultant, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Consultant or be present at any deposition, hearing or similar proceeding. Consultant agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Consultant. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-16 01203.0001/835260.1 16 ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Consultant covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes; Default. In the event that Consultant is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Consultant for any work performed after the date of default. Instead, the City may give notice to Consultant of the default and the reasons for the default. The notice shall include the timeframe in which Consultant may cure the default. This timeframe is 15 (fifteen) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Consultant is in default, the City shall hold all invoices and shall, when the default is cured, proceed with payment on the invoices. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Consultant does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City 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 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-17 01203.0001/835260.1 17 provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Consultant shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Consultant shall file a statutory claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement. 7.7 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon thirty (30) days’ written notice to Consultant, except that where termination is due to the fault of the Consultant, the period of notice may be such shorter time as may be determined by the Contract Officer. Upon receipt of any notice of termination, Consultant shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Consultant shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event of termination without cause pursuant to this Section, the City need not provide the Consultant with the opportunity to cure pursuant to Section 7.2. 7.8 Termination for Default of Party. If termination is due to the failure of the other Party to fulfill its obligations under this Agreement: (a) City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Consultant shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-18 01203.0001/835260.1 18 compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Consultant for the purpose of set-off or partial payment of the amounts owed the City as previously stated. (b) Consultant may, after compliance with the provisions of Section 7.2, terminate the Agreement upon written notice to the City‘s Contract Officer. Consultant shall be entitled to payment for all work performed up to the date of termination. 7.9 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 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. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-19 01203.0001/835260.1 19 8.3 Covenant Against Discrimination. Consultant covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class in the performance of this Agreement. Consultant shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry or other protected class. 8.4 Unauthorized Aliens. Consultant hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Consultant so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Consultant hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys’ fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Blvd., Rancho Palos Verdes, California 90275 and in the case of the Consultant, to the person(s) at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in 72 (seventy two) hours from the time of mailing if mailed as provided in this section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-20 01203.0001/835260.1 20 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Consultant and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of “financial interest” shall be consistent with State law and shall not include interests found to be “remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Consultant warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Consultant further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Consultant is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Consultant’s Authorized Initials _______ Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-21 01203.0001/835260.1 21 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) that entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-22 01203.0001/835260.1 22 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation Ara Mihranian, City Manager ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONSULTANT: SUNBEAM TECHNOLOGIES, INC. dba SUNBEAM CONSULTING By: Name: Alan Braatvedt Title: President By: Name: Charles Stephan Title: Secretary Address: 1817 Josie Avenue, Long Beach CA 90815 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: E9A13519-6A1E-4108-8946-0BE02FB5C58E 2/25/2026 2/25/2026 2/27/2026 2/27/2026 2/27/2026 E-23 01203.0001/835260.1 [This page is intentionally left blank.] Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-24 01203.0001/835260.1 A-1 EXHIBIT “A” SCOPE OF SERVICES I. Consultant will perform the following Services: Consultant will perform comprehensive Construction Inspection services for the Abalone Cove Sanitary Sewer Rehabilitation Program, as follows: A. Consultant shall provide construction inspection services to ensure that the Contractor's work is in compliance with the project's contract documents/proposals. Consultant shall proactively examine the work area prior to demolition, take photographs, verify accuracy, assure that the project work is completed per City's standards, and to note any additional concerns that may be present. B. Liaise with the City's Contract Officer to keep him or her fully abreast of all aspects of the project. C. Consultant shall prepare daily project reports in the format required by the City. Reports will include daily photographic documentation. D. Consultant shall prepare final summary of inspection reports for each project in the format required by the City. E. Consultant shall attend project meetings, as required throughout the duration of the projects. F. Monitor traffic, pedestrian controls, and safety precautions used by the Contractor. G. Provide all other services that may be related to the inspection of the work performed by the Contractor. II. As part of the Services, Consultant will prepare and deliver the following tangible work products to the City: A. Daily Inspection Reports to be submitted at the end of each business day or at the latest the next business day. III. In addition to the requirements of Section 6.2, during performance of the Services, Consultant will keep the City appraised of the status of performance by delivering the following status reports: A. Final summary of inspection reports for each repair project within one business week. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-25 01203.0001/835260.1 A-2 IV. All work product is subject to review and acceptance by the City, and must be revised by the Consultant without additional charge to the City until found satisfactory and accepted by City. V. Consultant will utilize the following personnel to accomplish the Services: A. Joe Van der Linden, Construction Inspector B. Marc Reyes, Construction Inspector C. Other personnel approved by the City’ s Contract Officer. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-26 01203.0001/835260.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) Added text indicated in bold italics, deleted text indicated in strikethrough. I. Section 2.2, Method of Compensation, is amended to read: 2.2 Method of Compensation. (a) The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services; (iii) payment for time and materials based upon the Consultant’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, and (b) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. (b) A retention of 10% shall be held from each payment as a contract retention to be paid as part of the final payment upon satisfactory and timely completion of services. This retention shall not apply for on-call agreements for continuous services or for agreements for scheduled routine maintenance of City property or City facilities. II. City hereby waives Section 7.3, Retention of Funds, of the Agreement. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-27 01203.0001/835260.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION I. Consultant shall perform the following tasks at the following rates: Name Classification Hourly Rate Joe Van der Linden Construction Inspector $137.00 (Standard) $205.50 (Overtime) $205.50 (Overtime) II. Within the budgeted amounts for each Task, and with the approval of the Contract Officer, funds may be shifted from one Task subbudget to another so long as the Contract Sum is not exceeded per Section 2.1, unless Additional Services are approved per Section 1.9. III. The City will compensate Consultant for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Copies of Daily Inspection Reports and final summary of inspection reports for the project. IV. The total compensation for the Services shall not exceed the Contract Sum as provided in Section 2.1 of this Agreement. V. The Consultant’s billing rates for all personnel are attached as Exhibit C-1. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-28 01203.0001/835260.1 D-1 EXHIBIT “D SCHEDULE OF PERFORMANCE I. Consultant shall perform all services timely in accordance with Exhibit “A” Scope of Services, and as directed by the City’s Contract Officer. II. The Contract Officer may approve extensions for performance of the services in accordance with Section 3.2. Any further extensions require City Council approval. III. This agreement shall continue in full force through June 30, 2026. Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-29 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-30 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-31 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-32 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-33 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-34 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-35 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-36 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-37 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-38 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-39 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-40 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-41 Docusign Envelope ID: E9A13519-6A1E-4108-8946-0BE02FB5C58E E-42 Certificate Of Completion Envelope Id: E9A13519-6A1E-4108-8946-0BE02FB5C58E Status: Completed Subject: Complete with Docusign: PSA_Sunbeam_Emgy LS CMCI_for signatures.pdf Source Envelope: Document Pages: 42 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 2 David Copp AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 dcopp@rpvca.gov IP Address: 70.175.148.62 Record Tracking Status: Original 2/25/2026 11:25:57 AM Holder: David Copp dcopp@rpvca.gov Location: DocuSign Signer Events Signature Timestamp Alan Braatvedt alan@sunbeamtech.net Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 47.149.211.25 Sent: 2/25/2026 11:30:07 AM Viewed: 2/25/2026 2:07:55 PM Signed: 2/25/2026 2:08:21 PM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 2:07:54 PM ID: ae797fcd-7adb-4583-a2d2-644f899ea88e Charles Frederic Stephan Jr. chuck@sunbeamtech.net Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 2600:1700:31ed:210:75fe:64d6:589c:6979 Sent: 2/25/2026 2:08:23 PM Viewed: 2/25/2026 3:55:37 PM Signed: 2/25/2026 3:56:14 PM Electronic Record and Signature Disclosure: Accepted: 2/22/2023 12:27:06 PM ID: 0ea3a2e2-4e2c-41f2-a501-8937dac34829 William Wynder wwynder@awattorneys.com City Attorney City Attorney Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 2a04:4e41:29ac:aba::b4ac:aba Signed using mobile Sent: 2/25/2026 3:56:15 PM Viewed: 2/27/2026 5:11:48 AM Signed: 2/27/2026 5:12:14 AM Electronic Record and Signature Disclosure: Accepted: 2/27/2026 5:11:48 AM ID: 8d6dc107-c812-4e93-8266-fc05874e2ebe Ara Mihranian AraM@rpvca.gov City Manager City of Rancho Palos Verdes Security Level: Email, Account Authentication (None) Signature Adoption: Uploaded Signature Image Using IP Address: 198.55.47.66 Sent: 2/27/2026 5:12:16 AM Viewed: 2/27/2026 5:46:06 AM Signed: 2/27/2026 5:46:20 AM Electronic Record and Signature Disclosure: Not Offered via Docusign E-43 Signer Events Signature Timestamp Teresa Takaoka terit@rpvca.gov City Clerk Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 45.51.184.29 Signed using mobile Sent: 2/27/2026 5:46:22 AM Viewed: 2/27/2026 6:34:37 AM Signed: 2/27/2026 6:34:45 AM Electronic Record and Signature Disclosure: Accepted: 2/27/2026 6:34:37 AM ID: 647b53cd-2c20-48de-afb2-40167261148e In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/25/2026 11:30:07 AM Certified Delivered Security Checked 2/27/2026 6:34:37 AM Signing Complete Security Checked 2/27/2026 6:34:45 AM Completed Security Checked 2/27/2026 6:34:45 AM Payment Events Status Timestamps Electronic Record and Signature Disclosure E-44 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Palos Verdes (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronicall y through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made av ailable electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 6/15/2021 5:55:39 PM Parties agreed to: Alan Braatvedt, Charles Frederic Stephan Jr., William Wynder, Teresa Takaoka E-45 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Palos Verdes: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: terit@rpvca.gov To advise City of Rancho Palos Verdes of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at terit@rpvca.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Palos Verdes To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to terit@rpvca.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Palos Verdes To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: E-46 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to terit@rpvca.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify City of Rancho Palos Verdes as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Palos Verdes during the course of your relationship with City of Rancho Palos Verdes. E-47 01203.0023 2076571.1 PUBLIC WORKS AGREEMENT By and Between CITY OF RANCHO PALOS VERDES and WILLIAMS PIPELINE CONTRACTORS, INC. For Emergency Pipeline Repairs within the Portuguese Bend Landslide Complex Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-1 01203.0023 2076571.1 AGREEMENT FOR PUBLIC WORKS SERVICES BETWEEN THE CITY OF RANCHO PALOS VERDES AND WILLIAMS PIPELINE CONTRACTORS, INC. THIS AGREEMENT FOR PUBLIC WORKS SERVICES (herein “Agreement”) is made and entered into on ______________, 2026 by and between the City of Rancho Palos Verdes, a California municipal corporation (“City”) and WILLIAMS PIPELINE CONTRACTORS, INC., a California corporation (“Contractor”). City and Contractor may be referred to, individually or collectively, as “Party” or “Parties.” RECITALS A. City has sought, by issuance of a Request for Proposals or Invitation for Bids, the performance of the services defined and described particularly in Article 1 of this Agreement. B. Contractor, following submission of a proposal or bid for the performance of the services defined and described particularly in Article 1 of this Agreement, was selected by the City to perform those services. C. Pursuant to the City of Rancho Palos Verdes Municipal Code, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Contractor for performance of those services defined and described particularly in Article 1 of this Agreement and desire that the terms of that performance be as particularly defined and described herein. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: ARTICLE 1. WORK OF CONTRACTOR 1.1 Scope of Work. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the “Scope of Work” attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the work required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE 2/25/2026 F-2 01203.0023 2076571.1 Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Bid Documents. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the “Scope of Work” attached hereto as Exhibit “A” and incorporated herein by this reference, which may be referred to herein as the “services” or “work” hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that it has the qualifications, experience, and facilities necessary to properly perform the work required under this Agreement in a thorough, competent, and professional manner, and is experienced in performing the work and services contemplated herein. Contractor shall at all times faithfully, competently and to the best of its ability, experience and talent, perform all services described herein. Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be both of good quality as well as fit for the purpose intended. For purposes of this Agreement, the phrase “highest professional standards” shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.3 Compliance with Law. Contractor shall keep itself informed concerning, and shall render all services hereunder in accordance with, all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental entity having jurisdiction in effect at the time service is rendered. 1.4 Compliance with California Labor Law. (a) Public Work. The Parties acknowledge that the work to be performed under this Agreement is a “public work” as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations (“DIR”) implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Contractor shall post job site notices, as prescribed by regulation. (b) Prevailing Wages. Contractor shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Contractor acknowledges receipt of a copy of the Department of Industrial Relations (DIR) determination of the prevailing rate of per diem wages, and Contractor shall post a copy of the same at each job site where work is performed under this Agreement. (c) Penalty for Failure to Pay Prevailing Wages. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-3 01203.0023 2076571.1 wages. The Contractor shall, as a penalty to the City, forfeit two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. (d) Payroll Records. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. (e) Apprentices. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (f) Eight-Hour Work Day. Contractor acknowledges that eight (8) hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. (g) Penalties for Excess Hours. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Contractor in excess of eight (8) hours per day, and forty (40) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1½) times the basic rate of pay. (h) Workers’ Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Contractor certifies as follows: “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.” Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-4 01203.0023 2076571.1 Contractor’s Authorized Initials ________ (i) Contractor’s Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Contractor shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any such failure by any subcontractor. 1.5 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits, registrations, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor’s performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. (a) By executing this Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the scope of work to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. (b) Contractor shall promptly, and before the following conditions are disturbed, notify the City, in writing, of any: (i) material Contractor believes may be hazardous waste as defined in Section 25117 of the Health & Safety Code required to be removed to a Class I, II, or III disposal site in accordance with existing law; (ii) subsurface, unknown or latent conditions, materially different from those indicated; or (iii) unknown physical conditions at the site of any unusual nature, different from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Agreement, and will materially affect the performance of the services hereunder. (c) City shall promptly investigate the conditions, and if it finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in Contractor's cost of, or the time required for, performance of any part of the work, shall issue a change order per Section 1.10 of this Agreement. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-5 01203.0023 2076571.1 (d) In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date set, but shall proceed with all work to be performed under the Agreement. Contractor shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties. (e) City will compensate Contractor to the extent required by Government Code Section 4215 by issuing a change order per Section 1.10 of this Agreement. 1.7 Protection and Care of Work and Materials. The Contractor shall adopt reasonable methods, including providing and maintaining storage facilities, during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as caused by City’s own negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall not, without City’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the work. 1.8 Warranty. Contractor warrants all work under the Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non-conforming materials incorporated into the work) to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the work or non-conformance of the work to the Agreement, commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act as soon as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace any portions of the work (or work of other contractors) damaged by its defective work or which becomes damaged in the course of repairing or replacing defective work. For any work so corrected, Contractor's obligation hereunder to correct defective work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-6 01203.0023 2076571.1 and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non-conforming work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 1.9 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.10 Additional Work and Change Orders. (a) City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Work or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written change order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor (“Change Order”). All Change Orders must be signed by the Contractor and Contract Officer prior to commencing the extra work thereunder. (b) Any increase in compensation of up to ten percent (10%) of the Contract Sum or $25,000, whichever is less; or any increase in the time to perform of up to one hundred eighty (180) days; and does not materially affect the Work and which are not detrimental to the Work or to the interest of the City, may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. (c) Any adjustment in the Contract Sum for a Change Order must be in accordance with the rates set forth in the Schedule of Compensation in Exhibit “C”. If the rates in the Schedule of Compensation do not cover the type of work in the Change Order, the cost of such work shall not exceed an amount agreed upon in writing and signed by Contractor and Contract Officer. If the cost of the Change Order cannot be agreed upon, the City will pay for actual work of the Change Order completed, to the satisfaction of the City, as follows: (i) Labor: the cost of labor shall be the actual cost for wages of workers and subcontractors performing the work for the Change Order at the time such work is done. The use of labor classifications that would increase the cost of such work shall not be permitted. (ii) Materials and Equipment: the cost of materials and equipment shall be at cost to Contractor or lowest current price which such materials and equipment are reasonably available at the time the work is done, whichever is lower. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-7 01203.0023 2076571.1 (iii) If the cost of the extra work cannot be agreed upon, the Contractor must provide a daily report that includes invoices for labor, materials and equipment costs for the work under the Change Order. The daily report must include: list of names of workers, classifications, and hours worked; description and list of quantities of materials used; type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable; description of other City authorized services and expenditures in such detail as the City may require. Failure to submit a daily report by the close of the next working day may, at the City’s sole and absolute discretion, waive the Contractor’s rights for that day. (d) It is expressly understood by Contractor that the provisions of this Section 1.10 shall not apply to services specifically set forth in the Scope of Work. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Work may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other contractors. (e) No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. 1.11 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the “Special Requirements” attached hereto as Exhibit “B” and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit “B” and any other provisions of this Agreement, the provisions of Exhibit “B” shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts specified in the “Schedule of Compensation” attached hereto as Exhibit “C” and incorporated herein by this reference. The total compensation, including reimbursement for actual expenses, shall not exceed $750,000.00 (Seven Hundred Fifty Thousand Dollars) (the “Contract Sum”), unless additional compensation is approved pursuant to Section 1.10. 2.2 Method of Compensation. The method of compensation may include: (i) a lump sum payment upon completion; (ii) payment in accordance with specified tasks or the percentage of completion of the services less the contract retention; (iii) payment for time and materials based upon the Contractor’s rates as specified in the Schedule of Compensation, provided that (a) time estimates are provided for the performance of sub tasks, (b) contract retention is maintained and (c) the Contract Sum is not exceeded; or (iv) such other methods as may be specified in the Schedule of Compensation. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-8 01203.0023 2076571.1 2.3 Reimbursable Expenses. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expenses, and travel expenses approved by the Contract Officer in advance, or actual subcontractor expenses of an approved subcontractor pursuant to Section 4.5, and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City. Coordination of the performance of the work with City is a critical component of the services. If Contractor is required to attend additional meetings to facilitate such coordination, Contractor shall not be entitled to any additional compensation for attending said meetings. 2.4 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed and expenses incurred during the preceding month in a form approved by City’s Director of Finance. By submitting an invoice for payment under this Agreement, Contractor is certifying compliance with all provisions of the Agreement. The invoice shall contain all information specified in Exhibit “C”, and shall detail charges for all necessary and actual expenses by the following categories: labor (by sub-category), travel, materials, equipment, supplies, and sub-contractor contracts. Sub-contractor charges shall also be detailed by such categories. Contractor shall not invoice City for any duplicate services performed by more than one person. City shall, as soon as practicable, independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, or as provided in Section 7.3, City will cause Contractor to be paid within thirty (30) days of receipt of Contractor’s correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event that City does not cause Contractor to be paid within thirty (30) days of receipt of an undisputed and properly submitted invoice, Contractor shall be entitled to the payment of interest to the extent allowed under Public Contract Code Section 20104.50. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor, not later than seven (7) days after receipt by the City, for correction and resubmission. Returned invoices shall be accompanied by a document setting forth in writing the reasons why the payment request was rejected. Review and payment by the City of any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law. 2.5 Waiver. Payment to Contractor for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Contractor. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-9 01203.0023 2076571.1 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the “Schedule of Performance” attached hereto as Exhibit “D” and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer’s determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor’s sole remedy being extension of the Agreement pursuant to this Section. 3.4 Inspection and Final Acceptance. City may inspect and accept or reject any of Contractor’s work under this Agreement, either during performance or when completed. City shall reject or finally accept Contractor’s work within forty-five (45) days after submitted to City. City shall accept work by a timely written acceptance, otherwise work shall be deemed to have been rejected. City’s acceptance shall be conclusive as to such work except with respect to latent defects, fraud and such gross mistakes as to amount to fraud. Acceptance of any work by City shall not constitute a waiver of any of the provisions of this Agreement including, but not limited to, Articles 1 and 5, pertaining to warranty and indemnification and insurance, respectively. 3.5 Term. Unless earlier terminated in accordance with Article 7 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1) year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit “D”). Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-10 01203.0023 2076571.1 ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Contractor. The following principals of Contractor (“Principals”) are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: ________________________ ________________________ Victor Hernandez President ________________________ ________________________ Brenda Hernandez Secretary / CFO ________________________ ________________________ Rodolfo Hernandez Superintendent It is expressly understood that the experience, knowledge, capability and reputation of the foregoing Principals were a substantial inducement for City to enter into this Agreement. Therefore, the Principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the Principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. Additionally, Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor’s staff and subcontractors, if any, assigned to perform the services required under this Agreement. Contractor shall notify City of any changes in Contractor’s staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. 4.2 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor’s officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor’s officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City’s employees. Contractor expressly waives any claim Contractor may have to any such rights. 4.3 Contract Officer. The Contract Officer shall be David Copp, Public Works Deputy Director or such person as may be designated by the City Manager. It shall be the Contractor’s responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services Vice President Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-11 01203.0023 2076571.1 and the Contractor 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 Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor’s employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. All subcontractors shall obtain, at its or Contractor’s expense, such licenses, permits, registrations and approvals (including from the City) as may be required by law for the performance of any services or work under this Agreement. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance Coverages. Without limiting Contractor’s indemnification of City, and prior to commencement of any services under this Agreement, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-12 01203.0023 2076571.1 (a) General liability insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $2,000,000 per occurrence, $4,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO “insured contract” language will not be accepted. Additional Insurance as referenced in Section 5.2(a) below shall provide coverage for both ongoing and completed operations, and shall provide for both a defense and indemnity of the City. (b) Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non-owned or rented vehicles, in an amount not less than $1,000,000 combined single limit for each accident. (c) Professional liability (errors & omissions) insurance. Contractor shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of $3,000,000 per claim and in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the effective date of this Agreement and Contractor agrees to maintain continuous coverage through a period no less than five (5) years after completion of the services required by this Agreement. (d) Workers’ compensation insurance. Contractor shall maintain Workers’ Compensation Insurance (Statutory Limits) and Employer’s Liability Insurance (with limits of at least $1,000,000). (e) Umbrella or excess liability insurance. Contractor shall obtain and maintain an umbrella or excess liability insurance that will provide bodily injury, personal injury and property damage liability coverage at least as broad as the primary coverages set forth above, including commercial general liability and employer’s liability. Such policy or policies shall include the following terms and conditions: • Pay on behalf of wording as opposed to reimbursement; • Concurrency of effective dates with primary policies; • Policies shall “follow form” to the underlying primary policies; and • Insureds under primary policies shall also be insureds under the umbrella or excess policies. (f) Pollution liability insurance. Environmental Impairment Liability Insurance shall be written on a Contractor’s Pollution Liability form, or other form acceptable to the City, providing coverage for liability arising out of sudden, accidental and gradual pollution and remediation. The policy limit shall be no less than $1,000,000 dollars per claim and in the aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the policy as “covered operations.” The policy shall provide coverage for the hauling of waste from the project site to the final disposal location, including non-owned disposal sites. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-13 01203.0023 2076571.1 (g) Builder’s risk insurance. Upon commencement of construction and with approval of City, Contractor shall obtain and maintain builder’s risk insurance for the entire duration of the Project until only the City has an insurable interest. The Builder’s Risk coverage shall include the coverages as specified below. The named insureds shall be Contractor and City, including its officers, officials, employees, and agents. All Subcontractors (excluding those solely responsible for design Work) of any tier and suppliers shall be included as additional insureds as their interests may appear. Contractor shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to City. The policy shall contain a provision that all proceeds from the builder’s risk policy shall be made payable to the City. The City will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis for the completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, Nonconforming Work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub-limits sufficient to insure the full replacement value of any key equipment item; (6) Ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub-limits sufficient to insure the full replacement value of any property or equipment stored either on or off the Site or any staging area. Such insurance shall be on a form acceptable to Agency to ensure adequacy of terms and sublimits and shall be submitted to the Agency prior to commencement of construction. (h) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. City shall be an additional insured on all subcontractor polices pursuant to this Section 5.1 and Section 5.2 below. (i) Additional Insurance. Policies of such other insurance, as may be required in the Special Requirements in Exhibit “B”. 5.2 General Insurance Requirements. (a) Proof of insurance. Contractor shall provide additional insured endorsements to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers’ compensation. Certificates of Insurance will not be acceptable. Endorsements must be approved by City’s Risk Manager prior to commencement of performance. Current Endorsements and Declarations pages shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. In the event the City makes such a request, Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-14 01203.0023 2076571.1 Contractor shall immediately provide the requested policies and provide any such Privacy Act release required by the City to Contractor’s insurers relative to policy information. (b) Duration of coverage. Unless a longer or shorter term is specified herein with respect to a specific type of insurance, Contractor shall procure and maintain for the duration of this Agreement all of the insurance required by this Agreement.. (c) Products/completed operations coverage. Products/completed operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using subcontractors, the Policy must include work performed “by or on behalf” of the insured. Policy shall contain no language that would invalidate or remove the insurer’s duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the insurer. The City, its officials, officers, agents, and employees, shall be included as additional insureds under the Products and Completed Operations coverage. (d) Primary/noncontributing. For insurance required by Section 5.1(a) and (b) coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall comply with the Proof of Insurance requirements of paragraph 5.2(a), and must contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of City before the City’s own insurance or self-insurance shall be called upon to protect it as a named insured. (e) City’s rights of enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. (f) Acceptable insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance or that is on the List of Approved Surplus Line Insurers in the State of California, with an assigned policyholders’ Rating of A- (or higher) and Financial Size Category Class VI (or larger) in accordance with the latest edition of Best’s Key Rating Guide, unless otherwise approved by the City’s Risk Manager. (g) Waiver of subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-15 01203.0023 2076571.1 (h) Enforcement of contract provisions (non-estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (i) Requirements not limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (j) Notice of cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. (k) Prohibition of undisclosed coverage limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (l) Separation of insureds. Commercial General Liability and Automobile policies shall contain a severability of interests provision must apply for all additional insureds ensuring that Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer’s limits of liability. The policy(ies) shall not contain any cross-liability exclusions. (m) Pass through clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency’s right to revise specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor’s compensation. (o) Self-insured retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-16 01203.0023 2076571.1 specifications unless approved by City. Contractor shall be responsible for immediately satisfying any deductible, retained limit or self-insured retention in order for the City to be afforded an immediate defense. (p) Timely notice of claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor’s performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City’s failure to promptly tender defense directly to any insurer shall not be considered “voluntary” within the meaning of any insurer’s “voluntary payments” clause or similar provision. No defense costs or indemnity obligation incurred by the City in any matter arising from or related to Contractor’s acts or omissions in the performance of this Agreement shall be considered “voluntary.” (q) Additional kinds of insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. To the full extent permitted by law, Contractor agrees to indemnify, defend and hold harmless the City, its officers, employees and agents (“Indemnified Parties”) against, and will hold and save them and each of them harmless from, any and all actions, either judicial, administrative, arbitration or regulatory claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities whether actual or threatened (herein “claims or liabilities”) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities provided herein of Contractor, its officers, employees, agents, subcontractors, or invitees, or any individual or entity for which Contractor is legally liable (“indemnitors”), or arising from Contractor’s or indemnitors’ reckless or willful misconduct, or arising from Contractor’s or indemnitors’ negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, and in connection therewith: (a) Contractor will upon tender of defense by the City, immediately defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys’ fees incurred in connection therewith. Contractor expressly waives any contention that an immediate defense obligation does not arise pursuant to any provision of the California Civil Code and/or Crawford v. Weathershield (2008) 44 Cal.4th 541, or its progeny. (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-17 01203.0023 2076571.1 claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. In addition, Contractor agrees to indemnify, defend and hold harmless the Indemnified Parties from, any and all claims and liabilities for any infringement of patent rights, copyrights or trademark on any person or persons in consequence of the use by the Indemnified Parties of articles to be supplied by Contractor under this Agreement, and of which the Contractor is not the patentee or assignee or has not the lawful right to sell the same. Contractor shall incorporate the provisions of this Section 5.3 in all indemnity agreements with its subcontractors and if it fails to do so Contractor shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Contractor in the performance of professional services and work hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Contractor and shall survive termination of this Agreement. 5.4 Notification of Third-Party Claims. City shall timely notify Contractor of the receipt of any third-party claim relating to the work under this Agreement. City shall be entitled to recover from Contractor its reasonable costs incurred in providing such notification. 5.5 Performance and Labor Bonds. Concurrently with execution of this Agreement Contractor shall deliver to the City, the following: (a) A performance bond in the amount of the Contract Sum of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement. (b) A labor and materials bond in the amount of the Contract Sum of this Agreement, in the form provided by the City Clerk, which secures the payment of all persons furnishing labor and/or materials in connection with the work under this Agreement. Both the performance and labors bonds required under this Section 5.5 shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-18 01203.0023 2076571.1 promptly and faithfully performs all terms and conditions of this Agreement and pays all labor and materials for work and services under this Agreement. 5.6 Sufficiency of Insurer or Surety. Insurance and bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated “A” or better in the most recent edition of Best’s Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the Risk Manager of the City (“Risk Manager”) due to unique circumstances. If this Agreement continues for more than 3 years duration, or in the event the Risk Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by Section 5.5 may be changed accordingly upon receipt of written notice from the Risk Manager. 5.7 Substitution of Securities. Pursuant to Public Contract Code Section 22300, substitution of eligible equivalent securities for any funds withheld to ensure performance under this Agreement may be permitted at the request and sole expense of the Contractor. Alternatively, the Contractor may, pursuant to an escrow agreement in a form prescribed by Public Contract Code Section 22300, request payment of retentions funds earned directly to the escrow agent at the sole expense of the Contractor. 5.8 Release of Securities. City shall release the Performance and Labor Bonds when the following have occurred: (a) Contractor has made a written request for release and provided evidence of satisfaction of all other requirements under Article 5 of this Agreement; (b) the Work has been accepted; and (c) after passage of the time within which lien claims are required to be made pursuant to applicable laws; if lien claims have been timely filed, City shall hold the Labor Bond until such claims have been resolved, Contractor has provided statutory bond, or otherwise as required by applicable law. ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies, certified and accurate copies of payroll records in compliance with all applicable laws, or other documents relating to the disbursements charged to City and services performed hereunder (the “books and records”), as shall be necessary to perform the services required by this Agreement and enable the Contract Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-19 01203.0023 2076571.1 Officer to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of 3 years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Contractor’s business, custody of the books and records may be given to City, and access shall be provided by Contractor’s successor in interest. Notwithstanding the above, the Contractor shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the “documents and materials”) prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City’s sole risk and without liability to Contractor, and Contractor’s guarantee and warranties shall not extend to such use, reuse or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Moreover, Contractor with respect to any documents and materials that may qualify as “works made for hire” as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed “works made for hire” for the City. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-20 01203.0023 2076571.1 6.4 Confidentiality and Release of Information. (a) information gained or work product produced by Contractor in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Contract Officer. (b) Contractor, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Contract Officer or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Contractor gives City notice of such court order or subpoena. (c) If Contractor, or any officer, employee, agent or subcontractor of Contractor, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorneys’ fees, caused by or incurred as a result of Contractor’s conduct. (d) Contractor shall promptly notify City should Contractor, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Contractor. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. ARTICLE 7. ENFORCEMENT OF AGREEMENT AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Central District of California, in the County of Los Angeles, State of California. 7.2 Disputes. (a) Default; Cure. In the event that Contractor is in default under the terms of this Agreement, the City shall not have any obligation or duty to continue compensating Contractor for any work performed after the date of default. Instead, the City may give notice to Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-21 01203.0023 2076571.1 Contractor of the default and the reasons for the default. The notice shall include the timeframe in which Contractor may cure the default. This timeframe is presumptively thirty (30) days, but may be extended, though not reduced, if circumstances warrant. During the period of time that Contractor is in default, the City shall hold all invoices and shall proceed with payment on the invoices only when the default is cured. In the alternative, the City may, in its sole discretion, elect to pay some or all of the outstanding invoices during the period of default. If Contractor does not cure the default, the City may take necessary steps to terminate this Agreement under this Article. Any failure on the part of the City to give notice of the Contractor’s default shall not be deemed to result in a waiver of the City’s legal rights or any rights arising out of any provision of this Agreement. (b) Dispute Resolution. This contract is subject to the provisions of Article 1.5 (commencing at Section 20104) of Division 2, Part 3 of the California Public Contract Code regarding the resolution of public works claims of less than $375,000. Article 1.5 mandates certain procedures for the filing of claims and supporting documentation by the Contractor, for the response to such claims by the City, for a mandatory meet and confer conference upon the request of the Contractor, for mandatory non-binding mediation in the event litigation is commenced, and for mandatory judicial arbitration upon the failure to resolve the dispute through mediation. This Agreement hereby incorporates the provisions of Article 1.5 as though fully set forth herein. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor’s acts or omissions in performing or failing to perform Contractor’s obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-22 01203.0023 2076571.1 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. Notwithstanding any contrary provision herein, Contractor shall file a claim pursuant to Government Code Sections 905 et seq. and 910 et seq., in order to pursue a legal action under this Agreement . 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable, in addition to any liquidated damages pursuant to paragraph 5.2(b) above, for and shall pay to the City the sum of ___________________________ Dollars ($_________) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit “D”). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. Pursuant to Government Code Section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the project when such delay was caused by the failure of the public agency or owner of the utility to provide for removal or relocation of utility facilities. 7.8 Termination Prior to Expiration of Term. This Section shall govern any termination of this Contract except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Contract at any time, with or without cause, upon fourteen (14) days’ written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Contract at any time, with or without cause, upon sixty (60) days’ written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-23 01203.0023 2076571.1 termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys’ Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney’s fees. Attorney’s fees shall include attorney’s fees on any appeal, and in addition a party entitled to attorney’s fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 7.11 Unfair Business Practices Claims. In entering into this Agreement, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials related to this Agreement. This assignment shall be made and become effective at the time the City renders final payment to the Contractor without further acknowledgment of the Parties. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-24 01203.0023 2076571.1 8.2 Conflict of Interest. Contractor covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contractor’s performance of services under this Agreement. Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Contract Officer. Contractor agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class. 8.4 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer (with her/his name and City title), City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, CA 90275 and in the case of the Contractor, to the person at the address designated on the execution page of this Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-25 01203.0023 2076571.1 Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. All correspondence relating to this Agreement shall be serialized consecutively. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Counterparts. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, and such counterparts shall constitute one and the same instrument. 9.4 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Contractor and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.5 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.6 Warranty & Representation of Non-Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of “financial interest” shall be consistent with State law and shall not include interests found to be “remote” or “noninterests” pursuant to Government Code Sections 1091 or 1091.5. Contractor warrants and represents that it has not paid or given, and will not pay or give, to any third party Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-26 01203.0023 2076571.1 including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Contractor further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third party including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Contractor’s Authorized Initials _______ 9.7 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-27 01203.0023 2076571.1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first-above written. CITY: CITY OF RANCHO PALOS VERDES, a municipal corporation ____________________________________ Ara Mihranian, City Manager ATTEST: Teresa Takaoka, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP William Wynder, City Attorney CONTRACTOR: WILLIAMS PIPELINE CONTRACTORS, INC., a California Corporation By: _________________________________ Name: Victor Hernandez Title: President By: _________________________________ Name: Brenda Hernandez Title: Secretary / CFO Address: 10200 Sepulveda Blvd Ste 255, Mission Hills, CA 91345 Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE 2/25/2026 2/25/2026 2/25/2026 2/25/2026 2/25/2026 F-28 01203.0023 2076571.1 A-1 EXHIBIT “A” SCOPE OF WORK I. Contractor shall perform all of the work and comply with all provisions of the Agreement, and with the plans, specifications and other directions provided as part of individual Task Orders executed for the project entitled Portuguese Bend Emergency Landslide Stabilization Project (“the Project”) including any documents or exhibits referenced therein. II. The work shall proceed by Task or Phase (referred to as Task for convenience), the scope of each of which will be provided by the City as soon as the parameters 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 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-29 01203.0023 2076571.1 A-2 have been discovered despite the Contractor’s due diligence, may be approved pursuant to a change order. 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: Contractor shall perform on-call repair and maintenance services as directed by the City on a Task Order Basis and in accordance with the terms and conditions set forth in each Task Order and this Agreement. As part of these services, the Contractor shall furnish all labor, materials, equipment, tools, transportation and incidentals necessary to complete the work in conformity with executed Task Orders and the contract documents. The general scope of work shall include: A. Removal and replacement of damaged sanitary sewer systems within the Abalone Cove community. B. Drainage improvements involving the repair or replacement of small-diameter pipelines. C. Re-paving roadways damaged by land movement. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-30 01203.0023 2076571.1 A-3 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. VII. All work is subject to review and acceptance by the City, and must be revised by the Contractor 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: EAEDCA77-B070-448C-97C2-096C20731ADE F-31 01203.0023 2076571.1 B-1 EXHIBIT “B” SPECIAL REQUIREMENTS (Superseding Contract Boilerplate) The Agreement is hereby amended as follows (deletions shown in strikethrough and additions shown in bold italics): 1. Section 1.2, “Bid Documents,” is replaced with the following: The Scope of Work shall include all provisions provided herein, including all exhibits, the “General Provisions” and “Special Provisions” in the bid documents for the project entitled Portuguese Bend Emergency Landslide Stabilization (the “Project”) including any documents or exhibits referenced therein (collectively, “bid documents”), all of which are incorporated herein by this reference. In the event of any inconsistency between the terms of the bid documents and this Agreement, the terms of this Agreement shall govern. 2. Section 1.4, “Compliance with California Labor Law,” is amended to add a new Subsection (j), as follows: (j) Registration with DIR. Pursuant to Labor Code section 1771.1, Contractor and all subcontractors must be registered with, and pay an annual fee to, the DIR prior to and during the performance of any work under this Agreement. 3. Section 1.7, “Protection and Care of Work and Materials,” is replaced with the following: The Contractor shall adopt reasonable methods in light of the land movement conditions where the work will occur, including providing and maintaining storage facilities, during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as caused by City’s own negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall not, without City’s consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the work. 4. Section 1.8, “Warranty,” is replaced with the following: Contractor warrants all work under the Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non-conforming materials incorporated into the work) to be of good quality and free from any defective or faulty material and workmanship. Materials, equipment, or work product damaged by land movement shall not be subject to the warranty provisions of Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-32 01203.0023 2076571.1 B-2 this section, so long as such materials, equipment, or work product were not defective at the time they were installed or completed. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the work or non-conformance of the work to the Agreement, commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act as soon as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace any portions of the work (or work of other contractors) damaged by its defective work or which becomes damaged in the course of repairing or replacing defective work. For any work so corrected, Contractor's obligation hereunder to correct defective work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non-conforming work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 5. Subsection (c) of Section 5.1, “Insurance,” is hereby waived. 5. Subsection (c) of Section 5.3, “Indemnification,” is replaced with the following: (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys’ fees. In addition, Contractor agrees to indemnify, defend and hold harmless the Indemnified Parties from, any and all claims and liabilities for any infringement of patent rights, copyrights or trademark on any person or persons in consequence of the use by the Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-33 01203.0023 2076571.1 B-3 Indemnified Parties of articles to be supplied by Contractor under this Agreement, and of which the Contractor is not the patentee or assignee or has not the lawful right to sell the same. Contractor shall incorporate the provisions of this Section 5.3 in all indemnity agreements with its subcontractors and if it fails to do so Contractor shall be fully responsible to indemnify City hereunder therefore, and failure of City to monitor compliance with these provisions shall not be a waiver hereof. This indemnification includes claims or liabilities arising from any negligent or wrongful act, error or omission, or reckless or willful misconduct of Contractor in the performance of professional services and work hereunder. The provisions of this Section do not apply to claims or liabilities occurring as a result of City’s sole negligence or willful acts or omissions, but, to the fullest extent permitted by law, shall apply to claims and liabilities resulting in part from City’s negligence, except that design professionals’ indemnity hereunder shall be limited to claims and liabilities arising out of the negligence, recklessness or willful misconduct of the design professional. The indemnity obligation shall be binding on successors and assigns of Contractor and shall survive termination of this Agreement. Contractor’s duty to indemnify and hold harmless shall not extend to any impact that the Contractor’s operations may have on the land movement, except to the extent such impacts are due to the negligence of Contractor. 6. Section 5.5, “Performance and Labor Bonds,” is replaced with the following: Concurrently with execution of this Agreement Contractor shall deliver to the City, the following: (a) A performance bond in the initial amount of twenty percent (20%) of the Contract Sum of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement. (b) A labor and materials bond in the initial amount of twenty percent (20%) of the Contract Sum of this Agreement, in the form provided by the City Clerk, which secures the payment of all persons furnishing labor and/or materials in connection with the work under this Agreement. Both the performance and labors bonds required under this Section 5.5 shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement and pays all labor and materials for work and services under this Agreement. Concurrent with the issuance of any Task Order, as further described in Exhibit A and Exhibit D of this Agreement, Contractor shall provide a bond rider to the performance bond and a bond rider to the labor and materials bond if the Task Budget of the Task Order, when added to the Task Budget of all Task Orders previously issued to Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-34 01203.0023 2076571.1 B-4 Contractor under this Agreement (if any), exceeds the amount secured under the bonds provided by Contractor under this Section (along with any bond riders previously supplied by Contractor under this Agreement). The bond riders shall be in a form acceptable to the City and shall be in an amount sufficient to secure the total, cumulative value of all Tasks issued by City to Contractor. 7. Section 7.7, “Liquidated Damages,” is replaced with the following: Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable,, in addition to any liquidated damages pursuant to paragraph 5.2(b) above, for and shall pay to the City the sum of Five Hundred Dollars ($500) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit “D”) and the schedule included in any Task Order, on a Task Order basis. The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. Pursuant to Government Code Section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the project when such delay was caused by the failure of the public agency or owner of the utility to provide for removal or relocation of utility facilities. Liquidated damages will be capped at five percent (5%) of each affected task order amount, as that amount may be updated. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-35 01203.0023 2076571.1 C-1 EXHIBIT “C” SCHEDULE OF COMPENSATION Contractor shall perform all work at the following rates: (Continued on next page) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-36 01203.0023 2076571.1 C-2 I. Effective July 1 of each calendar year during the term of this Agreement, the labor rates specified herein shall be subject to adjustment to reflect the most current prevailing wage rates as established by the Director of the California Department of Industrial Relations, pursuant to Section 1770 et seq. of the California Labor Code for County of Los Angeles. Any such adjustment shall be contingent upon the Contractor’s submission of a written request for rate modification provided to the City no later than five (5) business days after July 1, accompanied by adequate documentation substantiating the applicable prevailing wage changes. Said request shall be subject to the prior written approval of the Contracting Officer or their authorized designee. No adjustment to labor rates shall be deemed effective until approved in writing by the Contracting Officer. The Contractor shall not be entitled to any retroactive compensation for work performed prior to such approval. II. Prices for materials furnished under this Contract shall be determined by prevailing local market rates at the time of purchase. The City shall be invoiced the actual cost incurred by the Contractor for such materials, including all applicable freight charges and sales tax, plus a fifteen percent (15%) markup, consistent with Standard Specifications for Public Works Construction (“Greenbook”). All invoices submitted for payment shall be accompanied by itemized receipts or supplier invoices clearly evidencing the actual prices paid by the Contractor. Failure to provide such documents shall be grounds for withholding payment for the associated materials until it is furnished. III. With respect to each completed Task, a retention of five percent (5%) may 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. IV. 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. V. The City will compensate Contractor for the Services performed upon submission of a valid invoice. Each invoice is to include: A. Line items for all personnel describing the work performed, the number of hours worked, and the hourly rate. B. Line items for all materials including itemized receipts or supplier invoices with actual prices paid by the Contractor. C. Line item for all equipment properly charged to the Services. D. Line items for all other approved reimbursable expenses claimed, with supporting documentation. E. Line items for all approved subcontractor labor, supplies, equipment, materials, and travel properly charged to the Services. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-37 01203.0023 2076571.1 C-3 VI. The total compensation for the Services shall not exceed $750,000 as provided in Section 2.1 of this Agreement. (Continued on next page) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-38 JU L Y 2 0 2 5 - J U L Y 2 0 2 6 Cr a f t Ti m e B a s e R a t e H & W P e n s i o n V a c / H o l Ap p r & Tr a i n O t h e r T o t a l be n e f i t S u b t o t a l To t a l o f I n s u r a n c e & Ta x e s l T o t a l R a t e ST 46 . 4 8 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 7 5 . 0 9 15 . 9 8 9 1 . 0 7 OT 69 . 7 2 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 9 8 . 3 3 20 . 8 7 1 1 9 . 2 0 ST 47 . 0 3 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 7 5 . 6 4 16 . 1 0 9 1 . 7 4 OT 70 . 5 5 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 9 9 . 1 6 21 . 0 3 1 2 0 . 1 9 ST 47 . 5 8 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 7 6 . 1 9 16 . 2 0 9 2 . 3 9 OT 71 . 3 7 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 9 9 . 9 8 21 . 2 1 1 2 1 . 1 9 ST 49 . 6 5 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 7 8 . 2 6 16 . 6 4 9 4 . 9 0 OT 74 . 4 8 9. 5 5 1 2 . 5 7 5. 0 2 0 . 8 0 0. 6 7 2 8 . 6 1 1 0 3 . 0 9 21 . 8 5 1 2 4 . 9 3 Op e r a t o r # 6 Op e r a t o r # 8 SU P E R I N T E N D E N T / P R O J EC T M A N A G E R R U D Y & VI C T O R Ba s e R a t e & B e n e f i t s Pa y r o l l T a x e s & I n s u r a n c e La b o r e r # 3 La b o r e r # 4 & W a t e r Tr u c k Op e r a t o r # 3 Fo r e m a n / O p e r a t o r # 4 ** * * W i l l i a m s P i p e l i n e C o n t r a c t o r s - P r e v a i l i n g W a g e R a t e s - A S O F J u l y 1 , 2 0 2 5 ( L a b o r e r ) * * * * * La b o r e r # 1 La b o r e r # 2 Th e s e m a y c h a n g e w h e n D I R p o s t t h e r a t e Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-39 01203.0023 2076571.1 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. IV. This agreement shall continue in full force through June 30, 2026. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-40 01203.0023 2076571.1 D-2 EXHIBIT “E” CONTRACTOR STATEMENT OF QUALIFICATIONS [CONTINUED ON NEXT PAGE] Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-41 1. Company Overview Company Name: Williams Pipeline Contractors, Inc Founded: 1972 Office Location: 10200 Sepulveda Blvd Ste 255, Mission Hills, CA 91345 Company Type: Public Works Utilities Construction Phone: 805-386-2393 About Us Underground utility construction services in LA County, Ventura County, and Orange County. Installation of new and repairs of the sanitary sewer system, water mains systems, and storm drainage systems. 2. Mission & Core Values Mission Statement Provide high-quality workmanship, maintain a safe environment, and ensure customer satisfaction. Core Values Safety First Quality Workmanship Integrity & Accountability Innovation & Efficiency Environmental Responsibility 3. Core Services Underground Utility Construction Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-42 Water mains and service connections Sanitary sewer systems Stormwater drainage systems Additional Capabilities Trenching & excavation Road pavement (asphalt & concrete) Manhole and catch basin installations Emergency & Maintenance Services Water main breaks Sewer main repair Sewer blockages Repairs and rehabilitation 4. Industries & Clients Served Municipalities Utility authorities 5. Project Experience See attached references 6. Safety Commitment Safety Commitment Certifications / Safety Standards OSHA T1 annual trench/excavation permit Confined space certification Trenching & shoring training First aid/CPR certification Environmental protection procedures Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-43 7. Equipment & Fleet Excavators (3) Backhoes (6) Skid steers (3) Dump trucks (6) Paving ride on rollers 3-5 tons (3) Walk behind roller (4) Utility trucks (5) Heavy equipment hauler tractor & trailer (1) Equipment trailers (3) 8. Organizational Structure Staff Overview: 1. Superintendent (1) 2. Field crew foreman/operator (4) 3. Laborers (20) 4. Project managers (1) 5. Safety officers (1) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-44 Williams Pipeline References Job #492 ESR at W. 34th and Trousdale City of Los Angeles 12/31/15 to 1149 S. Broadway 1/22/2016 Los Angeles, CA 90015 $345,710.46 Jon Delkhaste 213-847-1911 Less than 18" Job #518 Concord Street R/W City of Los Angeles 9/2/16 to 1149 S. Broadway 10/20/2016 Los Angeles, CA 90015 590 Burbank Burbank Water and Power 585 Downey Capital Improvement Project No. 1621 City of Downey Department of Public Works 592 Downey-Old River School Rd to West City Limits City of Downey 100% complete Less than 18" 606 Whittier - Whittier Marketplace City of Whittier 10/5/18 to 3/28/2019 13230 Penn Street $1,136,000.00 Whittier, CA 90602 Water Improvement 562.567.9501 100% complete Less than 18" 605 El Segundo-Cedar St & Walnut Ave City of El Segundo 10/1/18 to 10/5/2019 350 Main Street $607,125.57 El Segundo, CA Water Improvement Arianne Bola 310-524-6324 100% complete Less than 18" 614 Fullerton - El Rancho Vista City of Fullerton 2/25/19 to 11/14/2019 303 West Commonwealth Ave $3,032.000.00 Fullerton, CA 92832 Water Improvement Tiffany Foo 714-738-6321 100% Complete Less than 18" 618 Lomita-Walnut Street Water Main City of Lomita 5/29/19 to 12/2019 24300 Narbonne Ave $1,460,000.00 Lomita, CA 90717 Water Improvement Mondheir Saied 310-325-7110 x 110 100% Complete Less than 18" 627 WD-19-08 Washington from El Molino to Hill City of Pasadena 2.1.2020 to 9.26.2020 100 N. Garfield Ave, S228 $1,714,095.00 P.O. Box 7115 100% Complete Pasadena, CA 91109 Water Improvement Less than 18" 633 Leland Way Sewer Project City of Burbank 818-238-3915 11/14/19 to 2/28/2020 Department of Public Works $669,209.00 150 N 3rd Street Sewer Improvement Burbank, CA 91502 100% Complete Stephen Walker 818-238-3804 Less than 18" 635 Encinal Canyon Water Systems Improvement Project County of Los Angeles 626.792.0616 1/27/2020 to 7/31/2020 Department of Public Works $2,005,235.00 900 S. Freemont 90% performed with own forces Alahambra, CA (626) 300-3318 Less than 18"Eddie Maguino 636 LA County-PCH and Shore Drive 900 S. Freemont 2/14/2020 to 2/19/2020 Alhambra, CA Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-45 $72,643.12 Lisset Cardenas 626.300.3384 Less than 18" 640 Whittier 19-003 High Pressure Area 2A City of Whittier 9/14/2020-4/23/2021 13230 Penn Street $2,696,560.00 Whittier, CA 90602 100% complete Lucila Martinez 562-567-9526 90% performed with own forces Less than 18" 641 Downey-Miscellaneous Project No. 346 - Coldbrook, Corrigan, and Vultee Avenue Water System Repair ProjectCity of Downey $37,500.00 11111 Brookshire Ave 100% Complete Downey, CA 90241 90% performed with own forces Lorena Powell 562-302-3845 Less than 18" 642 LA County Emergency Lancster 36" Pipe County of Los Angeles 100 % Complete Department of Public Works $17,459.00 900 S. Freemont Less than 18"Alahambra, CA Lisset Cardenas (626) 300-3384 643 Downey Paramount Emergency 12202 City of Downey $21,956.82 11111 Brookshire Ave 100% Complete Downey, CA 90241 90% performed with own forces Lorena Powell 562-302-3845 Less than 18" 644 Belco Job No. 14-052 Sewer Point Repair Burbank/Federick/ Wyoming Elecnor Belco Electric $29,560 14320 Albers Way 100% Complete Chino, CA 91710 Less than 18"(909)993-5470 645 Capital Improvement Project 21-16 Wilderness Park Sewer Improvements 2/5/2021 to 3/12/2021 City of Downey $154,950.00 11111 Brookshire Ave 100% Complete Downey, CA 90241 Less than 18"Lorena Powell 562-302-3845 646 Downey - CIP No. 20-34 Florence Avenue Water Systems improvements 2/19/2021 to 10/1/2021 City of Downey $2,093,960.00 11111 Brookshire Ave 100% Complete Downey, CA 90241 Less than 18"Lorena Powell 562-302-3845 648 Storm Drain Replacement at Savage Canyon 3/12/21 to 4/9/21 $21,400.00 100% Complete 649 Downey - 3rd Street Sewer Spot Repair 3/26/2021 to 4/9/2021 City of Downey $16,400.00 11111 Brookshire Ave 100% Complete Downey, CA 90241 Less than 18"Lorena Powell 562-302-3845 650-1 PW19-16 On-Call Water System Repair LA County 9/30/2020 to 9/30/2020 900 S. Freemont $6,748.72 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 650-2 El Segundo Water Emergency El Segundo Blvd LA County 4/9/2021 to 4/16/2021 900 S. Freemont $18,474.28 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 651 Burbank Sewer Emergency City of Burbank 4/16/2021 to 4/16/2021 Department of Public Works $5,881.05 150 N 3rd Street 100% Complete Burbank, CA 91502 Stephen Walker 818-238-3804 652 El Segundo Sewer Emergency Loma Vista Drive City of El Segundo 4/30/2021 to 4/30/2021 350 Main Street $4,773.10 El Segundo, CA 100% Complete Arianne Bola 310-524-6324 653 L.A. County - Industry Dr.LA County 6/25/2021 to 7/9/2021 900 S. Freemont $30,783.56 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 654 El Segundo - Grand Ave City of El Segundo 6/25/2021 to 7/23/2021 350 Main Street $14,099.16 El Segundo, CA Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-46 100% Complete Arianne Bola 310-524-6324 655 L.A. County - Temescal Cyn LA County 6/25/2021 to 7/23/2021 900 S. Freemont $99,936.80 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 656 LA City - Lake Shore Ave 1600 Block City of LA 7/09/2021 to 11/15/2021 1149 S. Broadway $16,811.46 Los Angeles, CA 90015 100% Complete Danny Morales 213-847-0304 Reconstruct MH Channel Base, Lateral Launch 657 City of Downey - CIP No. 21-12 3rd St City of Downey 8/13/2021 to 10/15/2021 11111 Brookshire Ave $495,080.00 Downey, CA 90241 $100 Complete Janet Ortega 562-904-7110 658 LA City - Argyle Ave 2000 Block City of LA 10/8/2021 to 10/8/2021 1149 S. Broadway $9,657.73 Los Angeles, CA 90015 100% Complete Danny Morales 213-847-0304 Lateral Launch Root Intrusion 659 City of Downey - MP No. 347 City of Downey 8/13/2021 to 9/10/2021 11111 Brookshire Ave $58,700.00 Downey, CA 90241 $100 Complete Janet Ortega 562-904-7110 661 City of Downey - 4th & Myrtle St City of Downey 8/6/2021 to 6/21/2021 11111 Brookshire Ave $6,000 Downey, CA 90241 100% Complete Janet Ortega 562-904-7110 662 LA City - Bleeker Street City of LA 9/24/2021 to 10/1/2021 1149 S. Broadway $19,811.15 Los Angeles, CA 90015 100% Complete Abhiman Hennadige 213-923-4552 663 City of Brea Country Hills Pavement and Improvements City of Brea 10/8/2021 to 1 Civic Center Cir $4,791,264.52 Brea, CA 92821 100% Complete Raymond Contreras 714-671-4411 Less than 18" 667 City of Downey MP348 Woodruff and Smallwood City of Downey 10/8/2021 to 11/15/2021 11111 Brookshire Ave $65,000.00 Downey, CA 90241 100% Complete Janet Ortega 562-904-7110 8" PVC 671 City of Downey MP356 Valve Repair City of Downey 11/12/2021 to 11/19/2021 11111 Brookshire Ave $39,300.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 Less than 18" 675 City of Downey MP356 Valve Repair City of Downey 1/21/2022 to 3/4/2022 11111 Brookshire Ave $49,950.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 Less than 18" 676 City of Downey MP356 Valve Repair City of Downey 1/21/2022 to 3/11/2022 11111 Brookshire Ave $49,900.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 Less than 18" 677 City of LA ESR Greenfiled Ave(2300 Block)City of LA 3/18/2022 to 1149 S. Broadway $55,193.94 Los Angeles, CA 90015 100% Complete Danny Morales 213-847-0304 8" VCP 678 City of Downey 8104 Firestone Blvd City of Downey 1/28/2022 to 3/11/2022 11111 Brookshire Ave $29,500.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 Less than 18" 682 City of Downey MP361 Well No. 2 Pump City of Downey 3/4/2022 to 3/11/2022 11111 Brookshire Ave $45,000.00 Downey, CA 90241 100% Complete Lorena Powel 562-302-3845 Less than 18" Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-47 683 City of Burbank Lake Street 2022 City of Burbank 6/3/2022 to 9/30/22 Department of Public Works $2,281,814 150 N 3rd Street Sewer Improvement Burbank, CA 91502 100% Complete Stephen Walker 818-238-3804 12" VCP 684 Whittier 21-017 Transmission Valve Replacement 2022 City of Whittier 5/20/22 to 9/2/2022 13230 Penn Street $178,000.00 Whittier, CA 90602 100% complete Lucila Martinez 562-567-9526 8" PVC 693 City of Downey Mp362 Stoakes Ave Water Service Repairs 2022 City of Downey 4/22/2022 to 6/10/2022 11111 Brookshire Ave $42,000.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 1" Potable Water Service 694 LA City ESR Liberty Street (1300 Block) 2022 City of LA 4/20/2022 to 6/3/2022 1149 S. BroadwaySuite 700 $50,000 Los Angeles, CA 90015 100% Complete Jack Baisley 213-485-1187 8" VCP 695 City of Downey MP363 Florence Ave 2022 City of Downey 5/20/2022 to 5/27/2022 11111 Brookshire Ave $49,500.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 2" Potable Water Service 696 LA City ESR Idell (3300 Block) 2022 City of Los Angleles 5/16/2022 to 5/27/2022 1149 S. Broadway Suite 700 $49,500.00 Los Angeles, CA 90241 100% Complete Armen Dermenjian 213-485-1682 R/R MH frame and cover 697 LA City ESR Idell City Street (2600 Block) 2022 City of Los Angeles 6/3/2022 to 9/30/2022 1149 S. Broadway Suite 700 $40,000.00 Los Angeles, CA 100% Complete Aremen Dermenjian 213-485-1682 8" VCP 698 LA City Speedway (6600 Block)City of Los Angeles 7/1/2022 to 9/30/2022 1149 S Broadway Suite 700 $34,511.88 Los Angeles, CA 90015 100% Complete David Calderon 213-847-0304 8" VCP 699 LA City ESR Glendale Blvd (2100 Block) 2022 City Of Los Angeles 9/1/2022 to 9/1/2022 1149 S. Broadway $25,000.00 Los Angeles, CA 100% Complete Danny Morales 213-847-1911 Reconstruct MH channel base 700 LA City ESR Balmer Dr (200 Block) 2022 City of Los Angeles 8/17/2022 to 10/3/2022 1149 S. Broadway Suite 700 $19,638.14 Los Angeles, CA 100% Complete David Calderon 213-564-7106 8" VCP 701 LA City ESR Mckinley 2022 City of Los Angeles 9/9/2022 to 9/9/2022 1149 S. Broadway Suite 700 $5,050.77 Los Angeles, CA 90015 100% Complete Danny Morales 213-923-4934 Remove MH Cover 702 LA County Water Emergency 20621 Cheney Dr 2022 LA County 5/20/2022 to 5/27/2022 900 S. Freemont $89,594.11 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 8" Steel Pipe 703 City of Downey CIP 21-14 Cole Street 2022 City of Downey 9/16/2022 to 10/12/22 1111 1 Brookshire Ave $299,990.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 8" PVC 704 City of Downey MP364 Well No.30 2022 City of Downey 9/16/2022 to 10/13/2022 1111 1 Brookshire Ave $90,000 Downey, CA 90241 100% Complete Lorena Powel 562-302-3845 12" Water Main Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-48 705 Whittier 21-024 Sunset Water Main Replacement 2022-2023 City of Whittier 9/14/2022 to 1/20/2023 13230 Penn Street $604,750.00 Whittier, CA 90602 100% complete Lucila Martinez 562-567-9526 8" PVC 706 LA City ESR Marmion Way 2022 City of Los Angeles 9/30/2022 to 10/3/2022 1149 S. Broadway Suite 700 Pending Construction Order Los Angeles, CA 100% Complete David Calderon 213-847-0304 MH Frame and cover 707 LA City EDSR Lompoc Street Szs11882 2022 City of Los Angeles 9/30/22 to 10/21/22 1149 S. Broadway Suite 700 $38,500.00 Los Angeles, CA 100% Complete David Calderon 213-847-0304 MH Frame and Cover 708 LA City ESR Pebble Beach Pl (19000 Block) 2022 City of Los Angeles 9/23/2022 to 10/7/2022 1149 S. Broadway Suite 700 $40,000 Los Angeles, CA 100% Complete David Calderon 213-847-0304 8" VCP 709 City of El Segundo Mariposa & Illinois Ct 2022 City of El Segundo 9/16/2022 to 9/30/2022 350 Main Street $29,797.65 El Segundo, CA 100% Complete Arianne Bola 310-524-6324 8" VCP 710 LA City 54th St (2300 Block) 2022 City of Los Angeles 9/16/2022 to 10/7/22 1149 S. Broadway Suite 700 $50,000 Los Angeles, CA 100% Complete David Calderon 213-847-0304 Broken Gas Trap 711 LA City ESR Mona Blvd (11500 Block) 2022 City of Los Angeles 10/28/2022 to 12/16/2022 1149 S. Broadway Suite 700 $75,000 Los Angeles, CA 100% Complete David Calderon 213-847-0304 8" VCP 712 LA City Redondo Blvd(2900 Block) 2022 City of Los Angeles 10/24/22 to 10/26/22 1149 S. Broadway Suite 700 $85,980.45 Los Angeles, CA 100% Complete David Calderon 213-847-0304 6" VCP 713 City of Beverly Hills Coldwater Canyon 2023-2024 City of Beverly Hills 2/8/2023 to 4/5/2024 455 N Rexford Dr $7,461,230 Beverly Hills, CA 90210 100%Samer Elayyan 310-285-2524 6", 8", 12", 14" DIP 714 LA County PCH Malibu 2023 LA County 11/14/22 to 11/21/22 900 S. Freemont $185,250.75 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 30" Water Main Repair 715 City of El Segundo Sheldon St 2023 City of El Segundo 12/16/22 to 12/23/22 350 Main Street $40,485.03 El Segundo, CA 100% Complete Arianne Bola 310-524-6324 8" VCP 716 City of Downey MP365 Paramount Boulevard Springer St to Melvea st 2023 City of Downey 12/23/22 to 12/30/22 1111 1 Brookshire Ave $49,500 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 4" Water Main 717 LA County Bora Bora Way Marina Del Rey 2023 LA County 12/13/22 to 12/17/22 900 S. Freemont $58,207.70 Alhambra, CA 100% Complete Lisset Cardenas 626.300.3384 10" DIP 718 Downey MP366 Downey Ave to Priscilla Ave 2023 City of Downey 12/21/2022 to 1/9/2023 1111 1 Brookshire Ave $49,500 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 719 LA City Morrison St (15300 Block) SWC07628 2023 City of Los Angeles 12/30/2022 to 1/31/2023 1149 S. Broadway Suite 700 $56,894.84 Los Angeles, CA Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-49 100% Complete Alice Nguyen 213-847-2035 10" VCP 720 City of Downey CIP No.22-13 Paramount Blvd to Civic Center Dr 2023 City of Downey 1/11/22 to 8/4/23 1111 1 Brookshire Ave $1,815,085 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 6" & 8" DIP 721 LA City ESDR Eubank Ave 2023 City of Los Angeles 1/18/2023 to 6/1/2023 1149 S. Broadway Suite 700 $43,893 Los Angeles, CA 100% Complete Hugo Rico 213-923-4930 72" SD CMP 722 LA City ESR Crane Blvd (500 N Block) 2023 City of Los Angeles 1/15/2023 to 1/15/2023 1149 S. Broadway Suite 700 $6,148.27 Los Angeles, CA 100% Complete Armen Dermenjian 213-485-1628 CCTV entire reach 723 LA City ESR 6th Ave (5700 Block) 2023 City of Los Angeles 2/8/2023 to 2/10/2023 1149 S. Broadway Suite 700 $10,605.12 Los Angeles, CA 100% Complete Danny Morales 213-923-4934 8" VCP 724 LA City Tribune St (18000 Block) 2023 City of Los Angeles 3/6/2023 to 5/19/2023 1149 S. Broadway Suite 700 $31,548.94 Los Angeles, CA 100% Complete David Calderon 213-847-0304 8" VCP 725 Downey CIP No. 23-19 6th St Western to La Reina Ave 2023 City of Downey 6/30/2023 to 8/25/2023 1111 1 Brookshire Ave $253,960.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 8" PVC 726 LA City ESR - East E St (500 Block) 2023 City of Los Angeles 3/17/2023 to 4/6/2023 1149 S. Broadway Suite 700 $8,677.50 Los Angeles, CA 100% Complete Alice Nguyen 213-847-2023 MH Frame and Cover 727 Downey CIP No. 23-21 Stamps Rd 2023 City of Downey 6/30/2023 to 8/25/2023 1111 1 Brookshire Ave $357,400.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 8" PVC 728 LA City Palms Ave (1900 Block) 2023 City of Los Angeles 3/17/2023 to 4/6/2023 1149 S. Broadway Suite 700 $27,946.84 Los Angeles, CA 100% Complete David Calderon 213-847-0304 Raise MH lids to grade 729 LA City ESDR W 3611 Cadman Dr 2023 City of Los Angeles 5/11/2023 to 9/20/2023 1149 S. Broadway Suite 700 $77,955.36 Los Angeles, CA 100% Complete Hugo Rico 213-923-4930 12" CMP 730 LA City ESR Dobinson St (2000 Block) 2023 City of Los Angeles 5/30/2023 to 5/31/2023 1149 S. Broadway Suite 700 $7,427.44 Los Angeles, CA 100% Complete David Lopez 213-485-4674 Remodel MH Channel Base 731 LA City ESR Ostrom Ave (11000 Block) 2023 City of Los Angeles 5/19/2023 to 8/3/2023 1149 S. Broadway Suite 700 $40,205.69 Los Angeles, CA 100% Complete Mark Jiang 213-847-5657 8" VCP 732 Downey Ojos Locos 2023 City of Downey 6/1/2023 to 7/20/2023 1111 1 Brookshire Ave $94,500.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 4" CML DIP 733 Downey MP No. 368 Brookshire Ave 2023 City of Downey 6/2/2023 to 7/6/2023 1111 1 Brookshire Ave $49,000.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 8" & 12" GV Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-50 734 Downey MP No. 368 Brookshire Ave 2023 City of Downey 6/1/2023 to 6/22/2023 1111 1 Brookshire Ave $49,500.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 8" GV 735 LA City ESR Alabama Ave (21000 Block) 2023 City of Los Angeles 7/31/2023 to 8/7/2023 1149 S. Broadway Suite 700 Payment Pending Los Angeles, CA 100% Complete Mark Jiang 213-847-5657 12" VCP 736 LA City ESR Lachman Ln (1000 Block) 2023 City of Los Angeles 7/31/2023 to 8/7/2023 1149 S. Broadway Suite 700 Payment Pending Los Angeles, CA 100% Complete Mark Jiang 213-847-5657 12" VCP 737 LA City ESR N. Mission Blvd (750 Block) 2023 City of Los Angeles 6/13/23 to 7/24/23 1149 S. Broadway Suite 700 Payment Pending Los Angeles, CA 100% Complete David Lopez 213-485-4674 Backfill sinkhole 738 Downey CIP No. 23-29 Firestone Blvd at Lakewood Blvd 2023-2024 City of Downey 7/26/2023 to 2/13/2024 1111 1 Brookshire Ave $2,662,280.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 6", 8", 12" CML DIP 739 LA City ESR Perdue Ave (3500 Block) 2023 City of Los Angeles 7/11/2023 to 7/17/2023 1149 S. Broadway Suite 700 Payment Pending Los Angeles, CA 100% Complete Jack Baisley 213-847-1215 8" VCP 740 Whittier Emergency Pickering Ave 2023 City of Whittier 7/25/2023 to ongoing 13230 Penn Street $308,000.00 Whittier, CA 90602 100% Complete Lucila Martinez 562-567-9526 24" CML&C Steel Pipe 741 LA City ESDR Rigali Ave 2023 City of Los Angeles 8/3/2023 to 8/25/2023 1149 S. Broadway Suite 700 $20,507.36 Los Angeles, CA 100% Complete Hugo Rico 213-923-4930 8" VCP 742 LA City ESR S Avondale Ave 2023 City of Los Angeles 8/3/2023 to 8/25/2023 1149 S. Broadway Suite 700 $37,730.83 Los Angeles, CA 100% Complete David Lopez 213-485-4647 8" VCP 743 El Segundo Maple and Douglas 2023 City of El Segundo 9/25/2023 to 9/28/2023 350 Main Street $57,862.10 El Segundo, CA 100% Complete Arianne Bola 310-524-2364 Valve Can installation 744 LA City ESR Golden Ave (9000 Block) 2023 City of Los Angeles 8/3/2023 to 8/25/2023 1149 S. Broadway Suite 700 $95,000.00 Los Angeles, CA 100% Complete Armen Dermenjian 213-485-1682 8" VCP 745 LA City - Evergreen Ave (800 Block) 2023 City of Los Angeles 10/5/2023 to 10/20/2023 1149 S. Broadway Suite 700 $87,203.54 Los Angeles, CA 100% Complete David Calderon 213-847-0304 8" VCP 746 ESR - CASTILIAN DRIVE (2000 N. BLOCK) 2023 City of Los Angeles 9/14/2023 to 9/14/2023 1149 S. Broadway Suite 700 $8,374.32 Los Angeles, CA 100% Complete Armen Dermanjian 213-485-1682 8" VCP 747 Whittier - Water Main Repair Tugus Street 2023 City of Whittier 10/23/2023 to10/23/23 $10,789.16 Whittier, CA 90602 100% Complete Lucila Martinez 562-567-9526 32" WM 748 ESR - MANHATTAN PLACE (800 S. BLOCK) 2024 City of Los Angeles Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-51 11/16/23 to 2/12/24 1149 S. Broadway Suite 700 $11,712.86 Los Angeles, CA 100% Complete Armen Dermanjian 213-485-1682 6" VCP 749 ESR - CHEROKEE AVENUE (1800 BLOCK) 2024 City of Los Angeles 1/18/24 to 5/3/24 1149 S. Broadway Suite 700 $120,755.04 Los Angeles, CA 100% Complete Christopher Rocha 213-482-7056 8" VCP 750 Whittier -Penn Street Savage Canyon Landfill Pump Station Improvements 2023 City of Whittier 11/13/2023 to 11/16/2023 $17,090.53 Whittier, CA 90602 100% Complete Lucila Martinez 562-567-9526 8" DIP 751 ESDR - 1121 W 79th Street 2023 City of Los Angeles 11/29/23 to 12/7/23 1149 S. Broadway Suite 700 $12,500.00 Los Angeles, CA 100% Complete Alice Nguyen 213-847-2035 Remove and Replace Culvert Covers 753 Pasadena Bellefontaine and Glenarm St 2024 City of Pasadena 4/8/2024 to 9/26/2024 $2,520,519.78 P.O. Box 7115 100% Complete Pasadena, CA 91109 562-567-9526 6",8",12" & 16" DIP 754 ESR - 39TH PL (1100 BLOCK) 2024 City of Los Angeles 1/17/24 to 2/26/24 1149 S. Broadway Suite 700 $34,995.81 Los Angeles, CA 100% Complete Christopher Rocha 213-482-7056 8" VCP 756 ESR - ARLINGTON AVENUE (4100 BLOCK) 2024 City of Los Angeles 1/8/24 to 1/24/24 1149 S. Broadway Suite 700 $139,063.01 Los Angeles, CA 100% Complete Armen Dermanjian 213-485-1682 8" VCP 757 ESR -Dona Maria (3219 Block) SWC07690 2024 City of Los Angeles 2/26/24 to 4/19/24 1149 S. Broadway Suite 700 $67,892.26 Los Angeles, CA 100% Complete Christopher Rocha 213-482-7056 8" VCP 758 DOWNEY EMERGENCY - IMPERIAL HWY & ARVIS WM EMERGENCY 2024 City of Downey 1/30/24 to 2/12/24 1111 1 Brookshire Ave $25,936.51 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 12" DIP 759 ESR - Berendo St. (1700 Block) SWC07706 2024 City of Los Angeles 2/27/24 to 3/27/24 1149 S. Broadway Suite 700 $45,327.24 Los Angeles, CA 100% Complete Mark Jiang 213-847-5657 8" VCP 760 ESDR - 4946 RUBIO AVE 2024 City of Los Angeles 2/4/24 to 11/12/24 1149 S. Broadway Suite 700 $98,207.50 Los Angeles, CA 100% Complete Hugo Rico 213-485-4564 12" CMP 762 DOWNEY MISC WATER SERVICE REPLACEMENT OLD RIVER RD 2024 City of Downey 3/8/24 to 3/29/24 1111 1 Brookshire Ave $44,250.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 4" DIP 764 - DOWNEY EMERGENCY LAKEWOOD BLVD AND 5TH ST 2024 City of Downey 3/11/24 to 3/19/24 1111 1 Brookshire Ave $85,769.24 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 4" PVC JOB 765 - LA CITY ESR- GIOVANNI LN. (PVT)City of Los Angeles 4/1/24 to 5/3/24 1149 S. Broadway Suite 700 $50,836.75 Los Angeles, CA 100$ Complete Miguel Rodriguez 213-485-4516 10" VCP 766 City of Downey - Doty Middle School Irrigation Repairs - 2024 City of Downey 4/1/2024 to 4/12/2024 1111 1 Brookshire Ave $15,000.00 Downey, CA 90241 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-52 100% Complete Lorena Powell 562-302-3845 3" AC Pipe 768 LA City ESR - Denison Ave (3500 Block) SWC07769 2024 City of Los Angeles 5/16/24 to 6/24/24 1149 S. Broadway Suite 700 $28,207.15 Los Angeles, CA 100% Complete Miguel Rodriguez 213-485-4516 6" VCP 769 - Downey MP No. 401 - Catch Basin and Parkway Drain Repair Project 2024 City of Downey 5/24/24 to 5/24/24 1111 1 Brookshire Ave $26,450.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 Catch Basin 770 LA City ESR - Venice Blvd (5900 Block) 2024 City of Los Angeles 4/25/24 to 7/26/24 1149 S. Broadway Suite 700 $500,000.00 Los Angeles, CA 100% Complete Armen Dermenjian 213-485-1682 8" VCP 771 - LA City ESDR - Sherman Rd & Laurel Canyon 2024 City of Los Angeles 4/30/24 to 8/5/24 1149 S. Broadway Suite 700 $13,922.27 Los Angeles, CA 100% Complete Alice Nguyen 213-847-2035 Catch basin repair 772 - Downey MP402 - Alameda St and Boyne St Water Valve Replacement Project 2024 City of Downey 7/12/24 to 8/16/24 1111 1 Brookshire Ave $26,800.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 6" GV 773 City of Whittier - Abbeywood Ave 30" Watermain Break Emergency 2024 City of Whittier 6/7/24 to 6/21/24 13230 Penn Street $43,156.34 Whittier, CA 90602 100% Complete Lucila Martinez 562-567-9526 30" WM 774 Fullerton Candlewood Area Water Main Replacement Project 2024 City of Fullerton 7/31/24 to 12/3/24 303 West Commonwealth Ave $1,298,246.00 Fullerton, CA 92832 100% Complete Vittorio LaRussa 714-738-6567 8" PVC 775 LA City ESR - Nashville St. (20000 Block) 2024 - 2025 City of Los Angeles 2/10/25 to 2/28/25 1149 S. Broadway Suite 700 $20,955.44 Los Angeles, CA 100% Complete Amilcar Castillo 213-485-5046 Hydrojet 8" VCP 776 LA City ESR -Nichols Canyon Rd (2000 N. Block) 2024 City of Los Angeles 6/5/24 to 6/10/24 1149 S. Broadway Suite 700 $24,528.70 Los Angeles, CA 100% Complete Armen Dermenjian 213-485-1682 8" VCP 777 ESR - N Fairfax Ave (1300 Block) 2024 City of Los Angeles 6/8/24 to 8/2/24 1149 S. Broadway Suite 700 $9,170.62 Los Angeles, CA 100% Complete Miguel Rodrigues 213-4854516 MH Frame and cover 778 City of El Segundo - Mariposa Ave and Illinois St Sewer Emergency Repair 2024 City of El Segundo 6/20/24 to 7/16/24 350 Main Street $20,448.52 El Segundo, CA 100% Complete Arianne Bola 310-524-6324 779 City of Downey - Water Main Break Emergency 8202 Qouit St 2024 City of Downey 7/3/2024 to 7/8/2024 1111 1 Brookshire Ave $16,808.19 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 GV Repair 780 LA City ESR - Franklin Ave (7300 Block) 2024 City of Los Angeles 7/16/24 to 8/1/24 1149 S. Broadway Suite 700 $15,864.90 Los Angeles, CA 100% Complete Miguel Rodrigues 213-485-4516 MH Frame and Cover 781 Downey CIP 24-21 Alameda St to Firestone 2024 - 2025 City of Downey 9/16/24 to 1/10/25 1111 1 Brookshire Ave $1,339,210.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 10" DIP Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-53 782 INGLEWOOD - WATER MAIN PHASE 5 PROJECT 2024 - 2025 City of Inglewood 12/2/24 to Present 1 West Manchester Blvd $6,950,530.00 Inglewood, CA 90301 100% Complete Thomas Lee 310-412-5333 8", 12" DIP ext. 5611 783 El Segundo City Emergency 2024 City of El Segundo 8/16/24 to 10/8/24 350 Main Street $90,000.00 El Segundo, CA 100% Complete Arianne Bola 310-524-2364 8" PVC Sewer JOB 784 LA CITY ESDR - 11762 SAN VICENTE BLVD 2024 - 2025 City of Los Angeles 11/12/24 to 2/19/25 1149 S. Broadway Suite 700 $219,869.53 Los Angeles, CA 100% Complete Michell Osorio 213-485-1643 8" VCP 785 LA City Paseo Miramar (600 Block) 2024 City of Los Angeles 9/20/24 to 11/5/24 1149 S. Broadway Suite 700 $25,850.61 Los Angeles, CA 100% Complete Jesus Ventura 213-378-1267 8" Liner Removal 786 Downey MP404 Irwingrove Dr Water System Repair 2024 City of Downey 10/9/24 to 10/10/24 1111 1 Brookshire Ave $26,800.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 FH replacement Job 787 LA City ESR Fries Ave (s. Block) 2024 City of Los Angeles 10/4/24 to 10/21/24 1149 S. Broadway Suite 700 $72,842.10 Los Angeles, CA 100% Complete Armen Dermenjian 213-485-1682 Wye connection repair 788 Whittier Blvd 10-inch Fire Service Lateral 2024 City of Whittier 11/9/24 to 119/24 13230 Penn Street $22,167.18 Whittier, CA 90602 100% Complete Lucila Martinez 562-567-9526 FS Lateral Repair 789 WHITTIER - GREENLEAF PUMP STATION 2024 City of Whittier 11/13/24 to 11/14/24 13230 Penn Street $10,000.00 Whittier, CA 90602 100% Complete Lucila Martinez 562-567-9526 GV Repair 791 Downey - MP405 Water Utility Relocation On Lakewood Blvd. North of Florence Ave 2025 City of Downey 1/13/25 to 1/16/24 1111 1 Brookshire Ave $26,400.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 6" DIP 792 El Segundo Water Main Break Emergency 2024 City of El Segundo 11/20/24 to 12/2/24 350 Main Street $83,742.47 El Segundo, CA 100% Complete Arianne Bola 310-524-2364 8" PVC JOB 793 LA CITY ESR - LOS ANGELES ST. (5800 S BLOCK) 2024 -2025 City of Los Angeles 11/25/24 to 1/15/25 1149 S. Broadway Suite 700 $11,912.90 Los Angeles, CA 100% Complete Armen Dermenjian 213-485-1682 MH Frame and cover 794 Downey 8666 Donovan St Fire Hydrant Repair 2024 City of Downey 12/4/24 to 12/10/24 1111 1 Brookshire Ave $186,354.12 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 FH Repair 796 DOWNEY - YMCA 2025 City of Downey 1/17/25 to 2/18/25 1111 1 Brookshire Ave $15,000.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 6" PVC, FS, FH 797 ESR - Hillrose Cir 2025 City of Los Angeles 1/9/25 to 2/21/25 1149 S. Broadway Suite 700 $19,396.16 Los Angeles, CA 100% Complete Jack Baisley 213-847-1215 8" VCP 798 FULLERTON - CANON SHEPPARD AREA WATER MAIN REPLACEMENT 2025 City of Fullerton 3/20/25 to Present 303 West Commonwealth Ave Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-54 $1,298,246.00 Fullerton, CA 92832 100% Complete Gar Huang 714-738-6895 4", 6", 8", 10", 12" PVC 801 EL SEGUNDO EMERGENCY - HOLLY AVE & KANSAS ST 2025 City of El Segundo 1/31/25 to 2/3/25 350 Main Street $33,795.24 El Segundo, CA 100% Complete Arianne Bola 310-524-2364 GV Repair 802 DOWNEY CIP 24-20 FURMAN PARK RW MAIN 2025 City of Downey 4/17/25 to Present 1111 1 Brookshire Ave $756,480.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 4" & 8" PVC JOB 804 DOWNEY MP406 2025 City of Downey 3/13/25 to 4/3/25 1111 1 Brookshire Ave $26,800.00 Downey, CA 90241 100% Complete Lorena Powell 562-302-3845 10" DIP 805 BEVERLY HILLS - WATER MAIN REPLACEMENT VARIOUS LOCATIONS City of Beverly Hills 8/2/2025 to TBD 455 N Rexford Dr $5,557,610.00 Beverly Hills, CA 90210 50% Complete Tristan Malabanan 310-285-2512 4", 6", 8", 12" DIP 812 EL SEGUNDO SEWER MAIN REPAIR - 141 CONCORD ST 2025 City of El Segundo 5/29/25 to 6/2/2025 350 Main Street $41,151.90 El Segundo, CA 100% Complete Arianne Bola 310-524-2364 8" VCP Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-55 01203.0023 2076571.1 D-1 PERFORMANCE BOND WHEREAS, the CITY OF RANCHO PALOS VERDES, (“City”), has awarded to __________________________________, as Contractor (“Principal”), a Contract for the work entitled and described as follows:__________________________________________________; WHEREAS, the Contractor is required under the terms of said Contract to furnish a bond for the faithful performance of the Contract; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ________________________________________ ($______________), this amount being not less than one hundred percent (100%) of the total Contract price, lawful money of the United States of America, for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bound Contractor, or its heirs, executors, administrators, successors, or assigns, shall in all things stand and abide by, well and truly keep and perform all undertakings, terms, covenants, conditions, and agreements in the said Contract and any alteration thereof, made as therein provided, all within the time and in the manner designated and in all respects according to their true intent and meaning, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. FURTHER, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. Executed on 20___. PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-56 01203.0023 2076571.1 D-2 Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-57 01203.0023 2076571.1 PAYMENT BOND (Labor and Material Bond) WHEREAS, the CITY OF RANCHO PALOS VERDES, (“City”), has awarded to __________________________________, as Contractor (“Principal”), a Contract for the work entitled and described as follows:__________________________________________________; WHEREAS, said Contractor is required to furnish a bond in conjunction with said Contract, to secure the payment of claims of laborers, mechanics, material men, and other persons as provided by law; NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto the City in the sum of ________________________________________ ($______________), this amount being not less than one hundred percent (100%) of the total Contract price, lawful money of the United States of America, for payment of which sum well and truly be made we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. In case suit is brought upon this bond, the Surety will pay a reasonable attorney’s fee to the City in an amount to be fixed by the court. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if said Contractor, its heirs, executors, administrators, successors, assigns, or subcontractor fails to pay: (1) for any work, materials, services, provisions, provender, or other supplies, or for the use of implements of machinery, used in, upon, for, or about the performance of the work to be done, or for any work or labor thereon of any kind; (2) for work performed by any of the persons named in Civil Code Section 9100; (3) for any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract; and/or (4) for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and/or its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety herein will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. This bond shall inure to the benefit of any of the persons named in Civil Code Section 9100 so as to give a right of action to such persons or their assigns in any suit brought upon the bond. Moreover, if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorney's fees incurred, with or without suit, in addition to the above sum. Said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of such change, extension of time, alteration, or modification of the Contract Documents or of the work to be performed thereunder. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-58 01203.0023 2076571.1 Executed on , 20____. PRINCIPAL (Seal if Corporation) By Title (Attach Acknowledgment of Authorized Representative of Principal) Any claims under this bond may be addressed to: (name and address of Surety) (name and address of Surety's agent for service of process in California, if different from above) (telephone number of Surety's agent in California) (Attach Acknowledgment) SURETY By (Attorney-in-Fact) APPROVED: (Attorney for CITY) NOTICE: No substitution or revision to this bond form will be accepted. Sureties must be authorized to do business in and have an agent for service of process in California. Certified copy of Power of Attorney must be attached. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-59 01203.0023 2076571.1 WORKERS COMPENSATION INSURANCE CERTIFICATE Description of Contract: City of Rancho Palos Verdes Project: _____________________________________________ Type of Insurance: Workers' Compensation and Employers' Liability Insurance THIS IS TO CERTIFY that the following policy has been issued by the below-stated company in conformance with the requirements of Article 5 of the Contract and is in force at this time, and is in a form approved by the Insurance Commissioner. The Company will give at least 30 days' written notice to the City and Engineer/Architect prior to any cancellation of said policy. POLICY NUMBER EXPIRATION DATE LIMITS OF LIABILITY Workers' Compensation: Statutory Limits Under the Laws of the State of California Employers' Liability: $_________________ Each Accident $_________________ Disease - Policy Limit $_________________ Disease - Each Employee Named Insured (Contractor) Insurance Company Street Number Street Number City and State City and State By (Company Representative) (SEE NOTICE ON NEXT PAGE) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-60 01203.0023 2076571.1 Insurance Company Agent for Service of Process in California: Name Agency Street Number City and State Telephone Number This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend, or alter the coverage afforded by the policy listed herein. This is to certify that the policy has been issued to the named insured for the policy period indicated, notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions of such policy. NOTICE: No substitution or revision to the above certificate form will be accepted. If the insurance called for is provided by more than one insurance company, a separate certificate in the exact above form shall be provided for each insurance company. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-61 01203.0023 2076571.1 ADDITIONAL INSURED ENDORSEMENT COMPREHENSIVE GENERAL LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereof. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-62 01203.0023 2076571.1 to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager, City of Rancho Palos Verdes, 30940 Hawthorne Boulevard, Rancho Palos Verdes, California 90275. 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: □ Contractual Liability □ Explosion Hazard □ Owners/Landlords/Tenants □ Collapse Hazard □ Manufacturers/Contractors □ Underground Property Damage □ Products/Completed Operations □ Pollution Liability □ Broad Form Property Damage □ Liquor Liability □ Extended Bodily Injury □ □ Broad Form Comprehensive □ General Liability Endorsement □ 12. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 13. This is an □ occurrence or □ claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . (signatures on following page) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-63 01203.0023 2076571.1 I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-64 01203.0023 2076571.1 ADDITIONAL INSURED ENDORSEMENT AUTOMOBILE LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-65 01203.0023 2076571.1 to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY 11. Scheduled items or locations are to be identified on an attached sheet. The following inclusions relate to the above coverages. Includes: □ Any Automobiles □ Truckers Coverage □ All Owned Automobiles □ Motor Carrier Act □ Non-owned Automobiles □ Bus Regulatory Reform Act □ Hired Automobiles □ Public Livery Coverage □ Scheduled Automobiles □ □ Garage Coverage □ 12. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 13. This is an □ occurrence or □ claims made policy (check one). 14. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . (signatures on following page) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-66 01203.0023 2076571.1 I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-67 01203.0023 2076571.1 ADDITIONAL INSURED ENDORSEMENT EXCESS LIABILITY Name and address of named insured (“Named Insured”) Name and address of Insurance Company (“Company”) General description of agreement(s), permit(s), license(s), and/or activity(ies) insured Notwithstanding any inconsistent statement in the policy to which this endorsement is attached (the “Policy”) or in any endorsement now or hereafter attached thereto, it is agreed as follows: 1. The (“Public Agency”), its elected officials, officers, attorneys, agents, employees, and volunteers are additional insureds (the above named additional insureds are hereafter referred to as the “Additional Insureds”) under the Policy in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured. The Additional Insureds have no liability for the payment of any premiums or assessments under the Policy. 2. The insurance coverages afforded the Additional Insureds under the Policy shall be primary insurance, and no other insurance maintained by the Additional Insureds shall be called upon to contribute with the insurance coverages provided by the Policy. 3. Each insurance coverage under the Policy shall apply separately to each Additional Insured against whom claim is made or suit is brought, except with respect to the limits of the Company's liability. 4. Nothing in this contract of insurance shall be construed to preclude coverage of a claim by one insured under the policy against another insured under the policy. All such claims shall be covered as third-party claims, i.e., in the same manner as if separate policies had been issued to each insured. Nothing contained in this provision shall operate to increase or replicate the Company's limits of liability as provided under the policy. 5. The insurance afforded by the Policy for contractual liability insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the Named Insured under the indemnification and/or hold harmless provision(s) contained in or executed in conjunction with the written agreement(s) or permit(s) designated above, between the Named Insured and the Additional Insureds. 6. The policy to which this endorsement is attached shall not be subject to cancellation, change in coverage, reduction of limits (except as the result of the payment of claims), or non-renewal except after written notice to Public Agency, by certified mail, return receipt requested, not less than thirty (30) days prior to the effective date thereto. In the event of Company's failure to comply with this notice provision, the policy as initially drafted will continue in full force and effect until compliance with this notice requirement. 7. Company hereby waives all rights of subrogation and contribution against the Additional Insureds, while acting within the scope of their duties, from all claims, losses and liabilities arising out of or incident to the perils insured against in relation to those activities described generally above with regard to operations performed by or on behalf of the Named Insured regardless of any prior, concurrent, or subsequent active or passive negligence by the Additional Insureds. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-68 01203.0023 2076571.1 8. It is hereby agreed that the laws of the State of California shall apply to and govern the validity, construction, interpretation, and enforcement of this contract of insurance. 9. This endorsement and all notices given hereunder shall be sent to Public Agency at: City Manager City of Rancho Palos Verdes 30940 Hawthorne Boulevard Rancho Palos Verdes, California 90275 10. Except as stated above and not in conflict with this endorsement, nothing contained herein shall be held to waive, alter or extend any of the limits, agreements, or exclusions of the policy to which this endorsement is attached. TYPE OF COVERAGES TO WHICH POLICY PERIOD LIMITS OF THIS ENDORSEMENT ATTACHES FROM/TO LIABILITY □ Following Form □ Umbrella Liability □ 11. Applicable underlying coverages: INSURANCE COMPANY POLICY NO. AMOUNT 12. The following inclusions, exclusions, extensions or specific provisions relate to the above coverages: 13. A □ deductible or □ self-insured retention (check one) of $ applies to all coverage(s) except: (if none, so state). The deductible is applicable □ per claim or □ per occurrence (check one). 14. This is an □ occurrence or □ claims made policy (check one). 15. This endorsement is effective on at 12:01 a.m. and forms a part of Policy Number . Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-69 01203.0023 2076571.1 (signatures on following page) I, (print name), hereby declare under penalty of perjury under the laws of the State of California, that I have the authority to bind the Company to this endorsement and that by my execution hereof, I do so bind the Company. Executed , 20 Signature of Authorized Representative (Original signature only; no facsimile signature Telephone No.: ( ) or initialed signature accepted) Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-70 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 AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, 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)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR 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 HIRED AUTOS ONLY 2/4/2026 Acrisure West Insurance Services, LLC 1950 W Corporate Way #1 Anaheim CA 92801-5373 Lisa Ybarra 714-516-2976 714-516-2965 lybarra@acrisure.com License#: 6009644 The Travelers Indemnity Company of Connecticut 25682 WILLPIP-02 Travelers Property Casualty Company of America 25674Williams Pipeline Contractors, Inc. P.O. Box 951030 Mission Hills CA 91395 303083623 A X 1,000,000 X 300,000 5,000 1,000,000 2,000,000 X Y Y 4T22CO0P182323TCT26 1/1/2026 1/1/2027 2,000,000 B 1,000,000 X X X Y Y 8104N058682262SG 1/1/2026 1/1/2027 B X X 2,000,000YCUP8J387414262S1/1/2026Y 1/1/2027 2,000,000 X 10,000 B XYUB4J573465262SG1/1/2026 1/1/2027 1,000,000 1,000,000 1,000,000 RE: ON CALL CONTRACT. CITY OF RANCHO PALOS VERDES, ITS OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED, PRIMARY & NON-CONTRIBUTORY AND WAIVER OF SUBROGATION AS RESPECTS TO GENERAL LIABILITY AND AUTO LIABILITY PER ENDORSEMENTS ATTACHED. WORKERS COMPENSATION WAIVER OF SUBROGATION APPLIES PER ENDORSEMENT ATTACHED. UMBRELLA LIABILITY POLICY FOLLOWS FORM OVER GENERAL LIABILITY, AUTO LIABIOLITY AND EMPLOYERS LIABILITY POLICIES. CITY OF RANCHO PALOS VERDES 30940 HAWTHORNE BLVD. RANCHO PALOS VERDES CA 90275 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-71 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products-Completed Operations If Required By Contract) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS (1)Any "bodily injury", "property damage" or "personal injury" arising out of the providing,The following is added to SECTION II – WHO IS AN or failure to provide, any professionalINSURED:architectural, engineering or surveyingAny person or organization that you agree in a services, including:written contract or agreement to include as an additional insured on this Coverage Part is an (a)The preparing, approving, or failing to insured, but only:prepare or approve, maps, shop drawings, opinions, reports, surveys,a.With respect to liability for "bodily injury" or field orders or change orders, or the"property damage" that occurs, or for "personal preparing, approving, or failing toinjury" caused by an offense that is committed, prepare or approve, drawings andsubsequent to the signing of that contract or agreement and while that part of the contract or specifications; and agreement is in effect; and (b)Supervisory, inspection, architectural orb.If, and only to the extent that, such injury or engineering activities.damage is caused by acts or omissions of you or (2)Any "bodily injury" or "property damage"your subcontractor in the performance of "your caused by "your work" and included in thework" to which the written contract or agreement "products-completed operations hazard"applies. Such person or organization does not unless the written contract or agreementqualify as an additional insured with respect to the independent acts or omissions of such specifically requires you to provide such person or organization.coverage for that additional insured during the policy period.The insurance provided to such additional insured is subject to the following provisions:c.The additional insured must comply with the a.If the Limits of Insurance of this Coverage Part following duties: shown in the Declarations exceed the minimum (1)Give us written notice as soon as practicablelimits required by the written contract or of an "occurrence" or an offense which mayagreement, the insurance provided to the result in a claim. To the extent possible, suchadditional insured will be limited to such notice should include:minimum required limits. For the purposes of determining whether this limitation applies, the (a)How, when and where the "occurrence"minimum limits required by the written contract or or offense took place;agreement will be considered to include the (b)The names and addresses of any injuredminimum limits of any Umbrella or Excess persons and witnesses; andliability coverage required for the additional insured by that written contract or agreement.(c)The nature and location of any injury orThis provision will not increase the limits of damage arising out of the "occurrence"insurance described in Section III – Limits Of or offense.Insurance. (2)If a claim is made or "suit" is brought againstb.The insurance provided to such additional the additional insured:insured does not apply to: CG D2 46 04 19 ú 2018 The Travelers Indemnity Company. All rights reserved.Page 1 of 2 NAMED INSURED: WILLIAMS PIPELINE CONTRACTORS, INC. POLICY NUMBER: 422TCO0P182323TCT26 POLICY TERM: 01/01/2026 TO 0/01/2027 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-72 COMMERCIAL GENERAL LIABILITY (a)Immediately record the specifics of the (4)Tender the defense and indemnity of any claim or "suit" and the date received; and claim or "suit" to any provider of other insurance which would cover such additional(b)Notify us as soon as practicable and see insured for a loss we cover. However, thisto it that we receive written notice of the condition does not affect whether theclaim or "suit" as soon as practicable.insurance provided to such additional(3)Immediately send us copies of all legal insured is primary to other insurancepapers received in connection with the claim available to such additional insured whichor "suit", cooperate with us in the covers that person or organization as ainvestigation or settlement of the claim or named insured as described in Paragraph 4.,defense against the "suit", and otherwise Other Insurance, of Section IV – Commercialcomply with all policy conditions.General Liability Conditions. Page 2 of 2 ú 2018 The Travelers Indemnity Company. All rights reserved.CG D2 46 04 19 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-73 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a.The statements in the Declarations ar accurate and complete;If all of the other insurance permits contribution by equal shares, we will follow this method also.b.Those statements are based upo Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c.We have issued this policy in reliance upolimit of insurance or none of the loss remains,your representations.whichever comes first.The unintentional omission of, or unintentional erroIf any of the other insurance does not permit in, any information provided by you which we reliecontribution by equal shares, we will contribute upon in issuing this policy will not prejudice youby limits. Under this method, each insurer's rights under this insurance. However, this provisioshare is based on the ratio of its applicable limit does not affect our right to collect additionaof insurance to the total applicable limits of premium or to exercise our rights of cancellation oinsurance of all insurers.nonrenewal in accordance with applicable insuranc d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, anagreement that the insurance afforded to an any rights or duties specifically assigned in thisinsured under this Coverage Part must apply on Coverage Part to the first Named Insured, thisa primary basis, or a primary and non-insurance applies:contributory basis, this insurance is primary to a.As if each Named Insured were the onlother insurance that is available to such insured Named Insured; andwhich covers such insured as a named insured,b.Separately to each insured against whom claiand we will not share with that other insurance,is made or "suit" is brought.provided that: 8. Transfer Of Rights Of Recovery Against Others(1)The "bodily injury" or "property damage" for To Uswhich coverage is sought occurs; and If the insured has rights to recover all or part of an(2)The "personal and advertising injury" for payment we have made under this Coverage Partwhich coverage is sought is caused by an those rights are transferred to us. The insured mustoffense that is committed;do nothing after loss to impair them. At our requestsubsequent to the signing of that contract or the insured will bring "suit" or transfer those rightsagreement by you.to us and help us enforce them.5. Premium Audit 9. When We Do Not Renewa.We will compute all premiums for this Coverage If we decide not to renew this Coverage Part, we wilPart in accordance with our rules and rates.mail or deliver to the first Named Insured shown ib.Premium shown in this Coverage Part as the Declarations written notice of the nonrenewaadvance premium is a deposit premium only. At not less than 30 days before the expiration date.the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficientthe earned premium for that period and send proof of notice.notice to the first Named Insured. The due date SECTION V – DEFINITIONSfor audit and retrospective premiums is the date shown as the due date on the bill. If the sum of 1."Advertisement" means a notice that is broadcast o the advance and audit premiums paid for the published to the general public or specific marke policy period is greater than the earned segments about your goods, products or services premium, we will return the excess to the first for the purpose of attracting customers o Named Insured.supporters. For the purposes of this definition: c.The first Named Insured must keep records of a.Notices that are published include materia the information we need for premium placed on the Internet or on similar electroni computation, and send us copies at such times means of communication; and as we may request.b.Regarding websites, only that part of a websit 6. Representations that is about your goods, products or services for the purposes of attracting customers oBy accepting this policy, you agree: supporters is considered an advertisement. Page 16 of 21 ú 2017 The Travelers Indemnity Company. All rights reserved.CG T1 00 02 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: WILLIAMS PIPELINE CONTRACTORS, INC. POLICY #422TCO0P182323TCT26 POLICY TERM: 01/01/2026 - 0/01/2027 PRIMARY & NON-CONTRIBUTORY Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-74 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE –This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A.Who Is An Insured – Unnamed Subsidiaries C.Incidental Medical Malpractice B.Blanket Additional Insured – Governmental D.Blanket Waiver Of Subrogation Entities – Permits Or Authorizations Relating To E.Contractual Liability – RailroadsOperations F.Damage To Premises Rented To You PROVISIONS a.An organization other than a partnership, joint venture or limited liability company; orA. WHO IS AN INSURED – UNNAMED b.A trust;SUBSIDIARIES The following is added to SECTION II – WHO IS as indicated in its name or the documents that AN INSURED:govern its structure. Any of your subsidiaries, other than a partnership,B. BLANKET ADDITIONAL INSURED –joint venture or limited liability company, that is GOVERNMENTAL ENTITIES – PERMITS ORnot shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONSDeclarations is a Named Insured if:The following is added to SECTION II – WHO ISa.You are the sole owner of, or maintain an AN INSURED:ownership interest of more than 50% in, such Any governmental entity that has issued a permitsubsidiary on the first day of the policy period; or authorization with respect to operationsand performed by you or on your behalf and that youb.Such subsidiary is not an insured under are required by any ordinance, law, building codesimilar other insurance.or written contract or agreement to include as an No such subsidiary is an insured for "bodily injury"additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liability for "bodily injury", "property damage" or "personal andand advertising injury" caused by an offense advertising injury" arising out of such operations.committed: The insurance provided to such governmentala.Before you maintained an ownership interest entity does not apply to:of more than 50% in such subsidiary; or a.Any "bodily injury", "property damage" orb.After the date, if any, during the policy period "personal and advertising injury" arising out ofthat you no longer maintain an ownership operations performed for the governmentalinterest of more than 50% in such subsidiary.entity; orFor purposes of Paragraph 1.of Section II – Who b.Any "bodily injury" or "property damage"Is An Insured, each such subsidiary will be included in the "products-completeddeemed to be designated in the Declarations as:operations hazard". CG D3 16 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. NAMED INSURED: WILLIAMS PIPELINE CONTRACTORS, INC. POLICY NUMBER: 422TCO0P182323TCT26 POLICY TERM: 01/01/2026 - 0/01/2027 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-75 COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the knowledge or consent of, the insured.1.The following replaces Paragraph b.of the definition of "occurrence" in the 5.The following is added to the DEFINITIONS DEFINITIONS Section:Section: b.An act or omission committed in providing "Incidental medical services" means:or failing to provide "incidental medical a.Medical, surgical, dental, laboratory, x-rayservices", first aid or "Good Samaritan or nursing service or treatment, advice orservices" to a person, unless you are in instruction, or the related furnishing ofthe business or occupation of providing food or beverages; orprofessional health care services. b.The furnishing or dispensing of drugs or2.The following replaces the last paragraph of medical, dental, or surgical supplies orParagraph2.a.(1)of SECTION II – WHO IS appliances.AN INSURED: 6.The following is added to Paragraph 4.b.,Unless you are in the business or occupation Excess Insurance, of SECTION IV –of providing professional health care services, Paragraphs (1)(a),(b),(c)and (d)above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide:This insurance is excess over any valid and (a)"Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, thatassistant, emergency medical technician is available to any of your "employees" foror paramedic; or "bodily injury" that arises out of providing or failing to provide "incidental medical services"(b)First aid or "Good Samaritan services" by to any person to the extent not subject toany of your "employees" or "volunteer workers", other than an employed or Paragraph 2.a.(1)of Section II – Who Is An volunteer doctor. Any such "employees"Insured. or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATIONto provide first aid or "Good Samaritan The following is added to Paragraph 8.,Transferservices" during their work hours for you Of Rights Of Recovery Against Others To Us,will be deemed to be acting within the of SECTION IV – COMMERCIAL GENERALscope of their employment by you or performing duties related to the conduct LIABILITY CONDITIONS: of your business.If the insured has agreed in a contract or 3.The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5.of SECTION III – LIMITS OF recovery against any person or organization, we INSURANCE:waive our right of recovery against such person or organization, but only for payments we makeFor the purposes of determining the because of:applicable Each Occurrence Limit, all related acts or omissions committed in providing or a."Bodily injury" or "property damage" thatfailing to provide "incidental medical occurs; orservices", first aid or "Good Samaritan b."Personal and advertising injury" caused byservices" to any one person will be deemed to an offense that is committed;be one "occurrence". 4.The following exclusion is added to subsequent to the execution of the contract or Paragraph 2.,Exclusions, of SECTION I –agreement. COVERAGES – COVERAGE A – BODILY E. CONTRACTUAL LIABILITY – RAILROADSINJURY AND PROPERTY DAMAGE LIABILITY:1.The following replaces Paragraph c.of the definition of "insured contract" in theSale Of Pharmaceuticals DEFINITIONS Section:"Bodily injury" or "property damage" arising out of the violation of a penal statute or c.Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ú 2017 The Travelers Indemnity Company. All rights reserved.CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-76 COMMERCIAL GENERAL LIABILITY 2.Paragraph f.(1)of the definition of "insured a.Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted.of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b.The contents of any premises while such premises is rented to you, if you rent suchThe following replaces the definition of "premises premises for a period of seven or fewerdamage" in the DEFINITIONS Section:consecutive days."Premises damage" means "property damage" to: CG D3 16 02 19 ú 2017 The Travelers Indemnity Company. All rights reserved.Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-77 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE – This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMITC. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSSF. HIRED AUTO – LIMITED WORLDWIDE COV- ERAGE – INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE – GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. The following is added to Paragraph A.1.,Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: C. EMPLOYEE HIRED AUTOAny organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. 1.The following is added to Paragraph A.1., Who Is An Insured, of SECTION II – COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness.B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE: 2.The following replaces Paragraph b. in B.5., Other Insurance, of SECTION IV – BUSI- NESS AUTO CONDITIONS: b.For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which (1)Any covered "auto" you lease, hire, rent or borrow; and (2)Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 ú 2015 The Travelers Indemnity Company. All rights reserved.Page 1 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: WILLIAMS PIPELINE CONTRACTORS, INC. POLICY NUMBER: 8104N058682262SG POLICY TERM: 01/01/2026 TO 0/01/2027 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-78 COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. (a)With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada:However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto".(i)You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. D. EMPLOYEES AS INSURED The following is added to Paragraph A.1.,Who Is An Insured, of SECTION II – COVERED AUTOS LIABILITY COVERAGE:(ii)Neither you nor any other involved "insured" will make any settlement without our consent. Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs.(iii)We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". E. SUPPLEMENTARY PAYMENTS – INCREASED LIMITS 1.The following replaces Paragraph A.2.a.(2), of SECTION II – COVERED AUTOS LIABIL- ITY COVERAGE:(iv)We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE. (2)Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2.The following replaces Paragraph A.2.a.(4), of SECTION II – COVERED AUTOS LIABIL- ITY COVERAGE: (v)We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II – COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (4)All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO – LIMITED WORLDWIDE COV- ERAGE – INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7.,Policy Period, Coverage Territory, of SECTION IV – BUSINESS AUTO CONDI- TIONS: (5)Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (b)This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c)This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 ú 2015 The Travelers Indemnity Company. All rights reserved.CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-79 COMMERCIAL AUTO (2)In or on your covered "auto".You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3.,Exclu- sions, of SECTION III – PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: (d)It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. a.If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b.The airbags are not covered under any war- ranty; andG. WAIVER OF DEDUCTIBLE – GLASS c.The airbags were not intentionally inflated.The following is added to Paragraph D.,Deducti- ble, of SECTION III – PHYSICAL DAMAGE COVERAGE:We will pay up to a maximum of $1,000 for any one "loss". No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV – BUSINESS AUTO CONDITIONS:H. HIRED AUTO PHYSICAL DAMAGE – LOSS OF USE – INCREASED LIMIT Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: The following replaces the last sentence of Para- graph A.4.b.,Loss Of Use Expenses, of SEC- TION III – PHYSICAL DAMAGE COVERAGE: (a)You (if you are an individual);However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". (b)A partner (if you are a partnership); (c)A member (if you are a limited liability com- pany);I. PHYSICAL DAMAGE – TRANSPORTATION EXPENSES – INCREASED LIMIT (d)An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or The following replaces the first sentence in Para- graph A.4.a.,Transportation Expenses, of SECTION III – PHYSICAL DAMAGE COVER- AGE:(e)Any "employee" authorized by you to give no- tice of the "accident" or "loss". We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.5.,Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV – BUSINESS AUTO CONDI- TIONS:J. PERSONAL PROPERTY 5. Transfer Of Rights Of Recovery Against Others To Us The following is added to Paragraph A.4.,Cover- age Extensions, of SECTION III – PHYSICAL DAMAGE COVERAGE:We waive any right of recovery we may have against any person or organization to the ex- tent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by Personal Property We will pay up to $400 for "loss" to wearing ap- parel and other personal property which is: (1)Owned by an "insured"; and CA T3 53 02 15 ú 2015 The Travelers Indemnity Company. All rights reserved.Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-80 COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non-renewal. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2.,Con- cealment, Misrepresentation, Or Fraud, of SECTION IV – BUSINESS AUTO CONDITIONS: Page 4 of 4 ú 2015 The Travelers Indemnity Company. All rights reserved.CA T3 53 02 15 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-81 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE – CONTRACTORS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2.The following is added to Paragraph B.5.,Other Insurance of SECTION IV – BUSINESS AUTO1.The following is added to Paragraph c.in A.1.,CONDITIONS:Who Is An Insured, of SECTION Il – COVERED AUTOS LIABILITY COVERAGE:Regardless of the provisions of paragraph a. and paragraph d. of this part 5. Other Insurance, thisThis includes any person or organization who you insurance is primary to and non-contributory withare required under a written contract or applicable other insurance under which anagreement, that is signed by you before the additional insured person or organization is a"bodily injury" or "property damage" occurs and named insured when a written contract orthat is in effect during the policy period, to name agreement with you, that is signed by you beforeas an additional insured for Covered Autos the "bodily injury" or "property damage" occursLiability Coverage, but only for damages to which and that is in effect during the policy period,this insurance applies and only to the extent of requires this insurance to be primary and non-that person's or organization's liability for the contributory.conduct of another "insured". CA T4 99 02 16 ú 2016 The Travelers Indemnity Company. All rights reserved.Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: WILLIAMS PIPELINE CONTRACTORS, INC. POLICY NUMBER: 8104N058682262SG POLICY TERM: 01/01/2026 TO 0/01/2027 Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-82 UB4J573465262SG UB4J573465262SG TRAVELERS PROP CAS CO OF AMER 12-29-2025 16 WILLIAMS PIPELINE CONTRACTORS, INC. Docusign Envelope ID: EAEDCA77-B070-448C-97C2-096C20731ADE F-83 Certificate Of Completion Envelope Id: EAEDCA77-B070-448C-97C2-096C20731ADE Status: Completed Subject: Complete with Docusign: PWA_Williams_2026.02.25_for signatures.pdf Source Envelope: Document Pages: 83 Signatures: 5 Envelope Originator: Certificate Pages: 5 Initials: 2 David Copp AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 30940 Hawthorne Blvd. Rancho Palos Verdes, CA 90275 dcopp@rpvca.gov IP Address: 70.175.148.62 Record Tracking Status: Original 2/25/2026 9:06:19 AM Holder: David Copp dcopp@rpvca.gov Location: DocuSign Signer Events Signature Timestamp Victor Hernandez victor@williamspipe.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 47.180.143.122 Sent: 2/25/2026 9:14:41 AM Viewed: 2/25/2026 11:14:05 AM Signed: 2/25/2026 11:14:46 AM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 11:14:05 AM ID: de1eb5ed-5e0c-436b-a487-09c90c4647db Brenda Hernandez brenda@williamspipe.com Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 2600:1700:82a9:f810:b981:a764:216b:3ae4 Sent: 2/25/2026 11:14:48 AM Viewed: 2/25/2026 11:16:02 AM Signed: 2/25/2026 11:18:38 AM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 11:16:02 AM ID: df4c730a-ec51-4323-935a-9d39bebb78c8 William Wynder wwynder@awattorneys.com City Attorney City Attorney Security Level: Email, Account Authentication (None) Signature Adoption: Pre-selected Style Using IP Address: 2a04:4e41:29e1:9c09::e8e1:9c09 Signed using mobile Sent: 2/25/2026 11:18:40 AM Viewed: 2/25/2026 11:41:58 AM Signed: 2/25/2026 11:42:15 AM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 11:41:58 AM ID: 10f9365c-1c9a-4cb8-8daf-f183975d939e Ara Mihranian AraM@rpvca.gov City Manager City of Rancho Palos Verdes Security Level: Email, Account Authentication (None) Signature Adoption: Uploaded Signature Image Using IP Address: 75.104.92.90 Sent: 2/25/2026 11:42:17 AM Viewed: 2/25/2026 1:46:27 PM Signed: 2/25/2026 1:50:19 PM Electronic Record and Signature Disclosure: Not Offered via Docusign F-84 Signer Events Signature Timestamp Teresa Takaoka terit@rpvca.gov City Clerk Security Level: Email, Account Authentication (None)Signature Adoption: Drawn on Device Using IP Address: 72.34.97.146 Sent: 2/25/2026 1:50:20 PM Viewed: 2/25/2026 3:03:43 PM Signed: 2/25/2026 3:03:53 PM Electronic Record and Signature Disclosure: Accepted: 2/25/2026 3:03:43 PM ID: 37642d49-3d4d-49fc-9767-8fddc5cd39c9 In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 2/25/2026 9:14:41 AM Certified Delivered Security Checked 2/25/2026 3:03:43 PM Signing Complete Security Checked 2/25/2026 3:03:53 PM Completed Security Checked 2/25/2026 3:03:53 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure F-85 ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, City of Rancho Palos Verdes (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronicall y through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made av ailable electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically Electronic Record and Signature Disclosure created on: 6/15/2021 5:55:39 PM Parties agreed to: Victor Hernandez, Brenda Hernandez, William Wynder, Teresa Takaoka F-86 Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact City of Rancho Palos Verdes: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: terit@rpvca.gov To advise City of Rancho Palos Verdes of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at terit@rpvca.gov and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from City of Rancho Palos Verdes To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to terit@rpvca.gov and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with City of Rancho Palos Verdes To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: F-87 i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to terit@rpvca.gov and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: You can access and read this Electronic Record and Signature Disclosure; and You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and Until or unless you notify City of Rancho Palos Verdes as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by City of Rancho Palos Verdes during the course of your relationship with City of Rancho Palos Verdes. F-88