HomeMy WebLinkAboutC-9630-1 - M/RSA for Underwater Civic Construction Activites1
Q
9
MAINTENANCE/REPAIR SERVICES AGREEMENT
V WITH C & W DIVING SERVICES, INC. FOR
UNDERWATER CIVIC CONSTRUCTION ACTIVITIES
THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made
and entered into as of this 15th day of May, 2024 ("Effective Date"), by and between the
CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"),
and C & W DIVING SERVICES, INC., a California corporation ("Contractor"), whose
address is 3561 Dalbergia Street, San Diego, CA 92113, and is made with reference to
the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Contractor to perform emergency work on a pipe break in
the bay near the Fun Zone (Washington Street) to Balboa Island (Opal Avenue)
supplying water between Balboa Island and the Peninsula ("Project").
C. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the maintenance and/or repair services described in this
Agreement.
D. Contractor has examined the location of all proposed work, carefully reviewed and
evaluated the specifications set forth by City for the Project, is familiar with all
conditions relevant to the performance of services, and has committed to perform
all work required for the compensation specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on August 31, 2024, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Contractor shall perform the services described in the Scope of Services
attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work").
2.2 No Services shall be provided until the Project Administrator has provided
written authorization to proceed, at which time Contractor shall diligently perform the
duties in the Scope of Services.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Contractor shall perform the Services in accordance with the schedule included in
Exhibit A. In the absence of a specific schedule, the Services shall be performed to
completion in a diligent and timely manner. The failure by Contractor to strictly adhere to
the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely
manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Contractor shall not be responsible for
delays due to causes beyond Contractor's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein, not later than two (2) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Contractor's control.
3.4 For all time periods not specifically set forth herein, Contractor shall respond
in the most expedient and appropriate manner under the circumstances, by fax, hand -
delivery or mail.
4. COMPENSATION TO CONTRACTOR
4.1 City shall pay Contractor for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of Billing
Rates attached hereto as Exhibit B and incorporated herein by reference. Except as
otherwise provided herein, no rate changes shall be made during the term of this
Agreement without the prior written approval of City. Contractor's compensation for all
Services performed in accordance with this Agreement, including all reimbursable items,
shall not exceed Fifty Thousand Dollars and 001100 ($50,000.00), without prior written
amendment to the Agreement.
4.2 Contractor shall submit monthly invoices to City describing the Work
performed the preceding month. Contractor's bills shall include the name and/or
classification of employee who performed the Work, a brief description of the Services
performed and/or the specific task in the Scope of Services to which it relates, the date
the Services were performed, the number of hours spent on all Work billed on an hourly
basis, and a description of any reimbursable expenditures. City shall pay Contractor no
later than thirty (30) calendar days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Contractor only for those costs or expenses specifically
identified in Exhibit B to this Agreement, or specifically approved in writing in advance by
City.
C & W Diving Services, Inc. Page 2
4.4 Contractor shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B.
5. PROJECT MANAGER
5.1 Contractor shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Mark Graham to be its
Project Manager. Contractor shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Contractor, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Utilities Department. City's Utilities
Director or designee shall be the Project Administrator and shall have the authority to act
for City under this Agreement. The Project Administrator shall represent City in all matters
pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Contractor in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Contractor, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Contractor's Work schedule.
8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE
8.1 Contractor shall use only the standard materials described in Exhibit A in
performing Services under this Agreement. Any deviation from the materials described
in Exhibit A shall not be installed or utilized unless approved in advance and in writing by
the Project Administrator.
8.2 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to perform
the Services required by this Agreement, and that it will perform all Services in a manner
commensurate with community professional standards and with the ordinary degree of
skill and care that would be used by other reasonably competent practitioners of the same
C & W Diving Services, Inc. Page 3
discipline under similar circumstances. All Services shall be performed by qualified and
experienced personnel who are not employed by City. By delivery of completed Work,
Contractor certifies that the Work conforms to the requirements of this Agreement, all
applicable federal, state and local laws and legally recognized professional standards.
8.3 Contractor represents and warrants to City that it has, shall obtain and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Contractor to practice its profession. Contractor shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.4 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Contractor's Work promptly, or delay or faulty performance by City,
contractors, or governmental agencies.
9. RESPONSIBILITY FOR DAMAGES OR INJURY
9.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials or other things
used or employed in performing the Project or for injury to or death of any person as a
result of Contractor's performance of the Services required hereunder; or for damage to
property from any cause arising from the performance of the Project by Contractor, or its
subcontractors, or its workers, or anyone employed by either of them.
9.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the Work
of any subcontractor or supplier selected by Contractor.
9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees (collectively, the "Indemnified Parties") from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate
(directly or indirectly) to any breach of the terms and conditions of this Agreement, any
Work performed or Services provided under this Agreement including, without limitation,
defects in workmanship or materials or Contractor's presence or activities conducted on
the Project (including the negligent and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for whose acts
they may be liable or any or all of them).
C & W Diving Services, Inc. Page 4
9.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Agreement. This indemnity shall apply to all claims and liability
regardless of whether any insurance policies are applicable. The policy limits do not act
as a limitation upon the amount of indemnification to be provided by Contractor.
9.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Work by Contractor or its agents.
9.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Agreement as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
9.7 The rights and obligations set forth in this Section shall survive the
termination of this Agreement.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of conducting
the Work are under the control of Contractor, except to the extent they are limited by
statute, rule or regulation and the expressed terms of this Agreement. No civil service
status or other right of employment shall accrue to Contractor or its employees. Nothing
in this Agreement shall be deemed to constitute approval for Contractor or any of
Contractor's employees or agents, to be the agents or employees of City. Contractor
shall have the responsibility for and control over the means of performing the Work,
provided that Contractor is in compliance with the terms of this Agreement. Anything in
this Agreement that may appear to give City the right to direct Contractor as to the details
of the performance of the Work or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with Contractor on the Project.
C & W Diving Services, Inc. Page 5
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
13. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Agreement or for other periods as specified in this Agreement, policies of insurance
of the type, amounts, terms and conditions described in the Insurance Requirements
attached hereto as Exhibit C, and incorporated herein by reference.
15. BONDING
15.1 Contractor shall obtain, provide and maintain at its own expense during the
term of this Agreement, both of the following: (1) a Faithful Performance Bond in the
amount of one hundred percent (100%) of the total amount to be paid Contractor as set
forth in this Agreement in the form attached as Exhibit E and incorporated herein by
reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred
percent (100%) of the total amount to be paid Contractor as set forth in this Agreement
and in the form attached as Exhibit D and incorporated herein by reference.
15.2 The Labor and Materials Payment Bond and Faithful Performance Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class
VI (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
15.3 Contractor shall deliver with the Labor and Materials Payment Bond and
Faithful Performance Bond a certified copy of the "Certificate of Authority" of the Insurer
or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety
to transact surety insurance in the State of California.
16. PREVAILING WAGES
16.1 Pursuant to the applicable provisions of the Labor Code of the State of
California, not less than the general prevailing rate of per diem wages including legal
holidays and overtime Work for each craft or type of workman needed to execute the
C & W Diving Services, Inc. Page 6
Work contemplated under the Agreement shall be paid to all workmen employed on the
Work to be done according to the Agreement by the Contractor and any subcontractor.
In accordance with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations has ascertained the general prevailing rate of per diem wages in the
locality in which the Work is to be performed for each craft, classification, or type of
workman or mechanic needed to execute the Agreement. A copy of said determination
is available by calling the prevailing wage hotline number (415) 703-4774, and requesting
one from the Department of Industrial Relations. The Contractor is required to obtain the
wage determinations from the Department of Industrial Relations and post at the job site
the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation thereof.
16.2 Unless otherwise exempt by law, Contractor warrants that no contractor or
subcontractor was listed on the bid proposal for the Services that it is not currently
registered and qualified to perform public work. Contractor further warrants that it is
currently registered and qualified to perform "public work" pursuant to California Labor
Code section 1725.5 or any successor statute thereto and that no contractor or
subcontractor will engage in the performance of the Services unless currently registered
and qualified to perform public work.
17. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Contractor, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or
joint -venture or syndicate or cotenancy, which shall result in changing the control of
Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
18. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Contractor shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise required by law. City is an intended beneficiary of any Work
performed by the subcontractor for purposes of establishing a duty of care between the
subcontractor and City. Except as specifically authorized herein, the Services to be
provided under this Agreement shall not be otherwise assigned, transferred, contracted
or subcontracted out without the prior written approval of City.
C & W Diving Services, Inc. Page 7
19. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Contractor or any
other party. Contractor shall, at Contractor's expense, provide such Documents to City
upon prior written request.
20. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
21. RECORDS
Contractor shall keep records and invoices in connection with the Services to be
performed under this Agreement. Contractor shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Contractor
under this Agreement. All such records and invoices shall be clearly identifiable.
Contractor shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Contractor shall allow
inspection of all Work, data, Documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment to Contractor
under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his/her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other contractors in connection with the Project.
C & W Diving Services, Inc. Page 8
24. CONFLICTS OF INTEREST
24.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
24.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
Attn: Utilities Director
Utilities Department
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
25.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Elliot West
C & W Diving Services, Inc.
3561 Dalbergia Street
San Diego, CA 92113
26. CLAIMS
26.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Contractor shall submit to City,
in writing, all claims for compensation under or arising out of this Agreement. Contractor's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Contractor in writing as unsettled at the time of its final request for payment.
C & W Diving Services, Inc. Page 9
Contractor and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Contractor shall be required to file any claim Contractor may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
26.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor/Consultant to file a claim in strict
conformance with the Government Claims Act. To the extent that Contractor's claim is
not a "Claim" as defined in Public Contract Code section 9204 or any successor statute
thereto, Contractor shall be required to file such claim with the City in strict conformance
with the Government Claims Act (Government Code sections 900 et seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Contractor. In the
event of termination under this Section, City shall pay Contractor for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination, Contractor
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
_=�17
28.1 Contractor shall conform with all applicable provisions of state and federal
law including, but not limited to, applicable provisions of the federal Fair Labor Standards
Act ("FLSK) (29 USCA § 201, et seq.).
28.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give written notice to City, and provide all relevant
information.
C & W Diving Services, Inc. Page 10
28.3 Contractor represents that all persons working under this Agreement are
verified to be U.S. citizens or persons legally authorized to work in the United States.
28.4 To the fullest extent permitted by law, Contractor shall indemnify, defend,
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees from loss or damage, including but not limited to attorneys'
fees, and other costs of defense by reason of actual or alleged violations of any applicable
federal, state and local labor laws or law, rules, and/or regulations. This obligation shall
survive the expiration and/or termination of the Agreement.
29. STANDARD PROVISIONS
29.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference.
29.2 Compliance with all Laws. Contractor shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator and City.
29.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
29.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
29.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
29.6 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 the Agreement or any other rule of
construction which might otherwise apply.
29.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
29.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
C & W Diving Services, Inc. Page 11
29.9 Controlling Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
29.10 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
29.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
C & W Diving Services, Inc. Page 12
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 5 / I <' Z l (
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: (;-.7, 2 K
By:�2 lJ� �I-��i By: l/
itr Attorney rp S�/d `� Ut I t s DirMark Vuk/ojevic
ector
ector
l
ATTEST:
Date:
M
Leilani I. Bro PO1gT
City Clerk
44 F
O =. �n
v
CALI Fops
CONTRACTOR: C & W DIVING
SERVICES, INC., a California
corporation
Date: _5l
By:
Elliott Winston West
Chief Executive Officer, Chief Financial
Officer, Secretary
[END OF SIGNATURES]
Attachments: mix �ibit A — Scope of Services
Exhibit B
— Schedule of Billing Rates
Exhibit C
— Insurance Requirements
Exhibit D —
Labor and Materials Payment Bond
Exhibit E —
Faithful Performance Bond
C & W Diving Services, Inc. Page 13
EXHIBIT
SCOPE OF SERVICES
C & W Diving Services, Inc. Page A-1
EXHIBIT A —
SCOPE OF SERVICES
SCOPE OF WORK:
C&W Diving Services will provide prevailing wage day rates for a 4-person dive team to
assist backfilling an approximately 25-foot diameter by 8 foot deep area that was
displaced when the damage occurred as a result of the high pressure water line. Dive
operations will be conducted from the crane barge to assist with crane lowering bags of
washed sand through the water column to the placement location. The diver will release
via a pull string or by cutting bottom of bag to limit damage to the water line and/or
suspension of sediments.
Diving Services:
4-person crew for 8-hour minimum day rate to consist of:
1) One dive supervisor (DPIC)
2) One diver
3) One standby diver at the ready
4) One Tender
Approximately three to four days to complete scope of work.
C&W DIVING1SERVICES
Not,,
i,.
mm I ow
- lk
DIVIWG SE WiFKES,W.
DIV4"
WHO WE ARE
,* GENERAL SERVICE OVERVIEW
-w ENGINEERING SERVICES
SHIP HUSBANDRY SERVICES
CIVIL & INLAND SERVICE S
OFFSHORE SERVICES
VESSEL SUPPORT
AA A im ir & T i"
FLEET
d" A"% & T c pv" " TT 4" Pir jr 0% &'r
UMnEXW-A,.'rE1FL EMUw1MEEMMCx SL 4C43MS-r1FLUC-r1C>b4
CERTIFIED SMALL BUSINESS OWNED
San Diego (619) 474-2700 Ph Oakland (5 10) 444-5335 Ph www.cwdiving.com
W.MoO WE _AAxE
C&W Diving Services, Inc. (C&W) and West Diving Services,
Inc. (union side) is a San Diego Bay based marine contractor
with a reputation for providing professional personnel, quality
performance and value engineering in performance of
commercial marine engineering, construction and vessel
services. C&W continues in business with an experienced
cadre of long time employed management and administrative
staff, as well as, production personnel.
Incorporated in 1979, C&W is a Service Disabled Veteran -
Owned Business. C&W's owner and president, Frederick West
served in the United States Navy as a Seal Team 1 Operative
and formerly the President of the San Diego Oceans
Foundation.
C&W has over 33 years of experience supporting the US Navy, US Coast Guard, Military Sealift
Command and MSR within our Ship Husbandry Division; The US Bureau of Reclamation, Army Corps
of Engineers, and local, state and federal municipalities throughout the United States within our
Civil/Inland Division; Beta Offshore (formerly Pacific Energy Resources), SCE (San Onofre Nuclear
Generating Facility), SDG&E and several other companies in the offshore and oil and gas industry.
EXCELLENCE UNDER PRESSURE
C&W has extensive experience working on the
water providing vessel support services. C&W's
vessel fleet is deployed along the West Coast of the
United States and it's crews have experienced all
weather and sea conditions. In San Francisco Bay,
C&W is providing all Tug and Crew/Supply Boat
Services during the construction of the Caltrans new
Oakland/ San Francisco Bay Bridge. This massive
project requires daily scheduling and coordination
between C&W Vessel Captains and the many
contractors working on the Bridge, Caltrans
Engineers and the US Coast Guard. C&W has
performed to the satisfaction of all parties and
continues to operate with no accidents or lost time
incidents.
UNDERWATER ENGINEERING EL CONSTRUCTIUN
CERTIFIED SMALL BUS/NESS 0Wh,
San Diego (6191 474-2700 Ph Oakland (5 101444-5335 Ph www.cwdiWng.com
y
GENERAL SERVICES OVERVIEW
C&W provides underwater inspection, maintenance, construction and technical support services to
customers around the world. Whether serving the offshore oil and gas industry, the US military, or
customers in the inland waterways, our services are designed to suit the needs of your specific
industry.
1
DO WG .SER1
➢ Surface Air Diving (shallow) 0-80 fsw ➢ High Altitude Diving (+10,000 feet elevation)
➢ Surface Air Diving (deep) 80-170 fsw ➢ Cold Weather Diving (sub -zero regions)
➢ Surface Mixed -Gas Diving (He02) 170-300 fsw ➢ FADS (Fly -Away Dive Systems)
➢ Penetration Diving to 2200 feet (point of entry) ➢ DSVS' (Dive Support Vessels)
HAZMAT Diving (positive pressure and Decon) ➢ ROV (Remote Operated Vehicle) S, _stems
➢ ABS Certified and Lloyd's Registered ➢ ROV (Remote Operated Vehicle) Services
➢ Level I, II, and III Underwater Inspections ➢ Pile Inspections
➢ In-house NDT Facilities ➢ LNG Pipeline Inspections
➢ Cathodic Protection Surveys ➢Vessel Inspections
➢ Bathymetric Surveys A' ➢ Outfall Inspections.
➢ Ultra -high Pressure Cleaning
➢ Diver -operated Dredging and Debris Removal
➢ Trash Rack Cleaning and Repairs
➢ Propeller Polishing
➢ Mechanical Hull Cleaning
➢ Pile Jackets and Encasements
➢ Pipe Clamps
➢ Structure Concrete Repa
➢ Anode Replacements
➢ Cofferdam,(p -
➢ Coatings
➢ Quaywall an ee i e
➢ Dewatering Support bull
➢ Pipeline Repai
eayspsrRurnoN& REMWrurwrnow
➢ Design-Build/Turnkey Services
➢ Underwater Salvage and Recovery Services
➢ Bridge and Dam Retrofits
)o;- Sluice Gate Installations
➢ Subsea Articulating Mats Placement
➢ Cofferdam Design, Fabrication and Installation
➢ Underwater and Marine Demolitio
➢ Wire Saw Cutting (Underwater and topsi
➢ Concrete Form Installation
➢ Underwater Concrete and Grout Placement
➢ Bulkhead Design, Fabrication and Installation
);o Ultrathermic Cutting (Broco) and Wet Welding
_ I
UNDERWATER ENGINEERING &LCONSTRUCTION
CERTIFIED SMALL BUSINESS OWNED
San Diego (619) 474-2700 Ph Oakland (510) 444-533S Ph www.cwdWing.com
ENGINEERING SERVICES
C&W Diving Services is more than just a diving
company. Many projects C&W works on are
one -of -a -kind requiring development and
implementation of innovative construction
procedures. These projects often require the
use of specially designed equipment and
project components to complete jobs safely
and to specification.
Project management teams from C&W are
technically oriented to utilize newly engineered
underwater operation applications. C&W has
the experience and knowledge to provide
solutions to seemingly impossible situations.
Certified engineers are on call and utilized
whenever a project specifications requires the
use of components or procedures that could
present a safety hazard or effect the reliability
or usability of a component or system installed
by C&W.
The procedures to install underwater structures with tight tolerance specification are common
aspects of the underwater projects undertaken by C&W. The company's engineering team has
designed numerous installation aids, including rigging, templates, survey systems, guide wires
and spreader frames. The engineering team has performed barge stability and mooring analyses
and crane
The C&W engineering team provides the latest in engineering design of a variety of marine
structures for river, lake and offshore ocean environments. Recent engineering projects include:
design of mooring structures; bulkhead engineering and structural assessment; marine outfall
repair component design; cooling water intake head design; marine structure abandonment and
removal; marine installation planning and engineering; marine structural integrity assessment; and
modification of pier and floating dock design.
The engineering oriented problem solving capabilities set C&W apart from other diving corn
by providing its customers with solutions at lower cost.
UNDERWATER ENGINEERING Sz CONSTRUCTION
CERTIFIED SMALL BUSINESS OWNED
San Diego (619) 474-2700 Ph Oakland (5101444-5335 Ph www.cwdiving.com
SHIP HUSBANDRY SERVICES
C&W Diving Services has a long-standing
reputation as the premier provider of
underwater ship husbandry services. The
R engineering and diving company has been
providing cofferdam and extensive
underwater repairs for the U.S. Navy and
3 commercial vessels since 1978.
With a large inventory of standard
cofferdams, C&W is available to respond
immediately, 24-hours a day to a
customers' call for assistance. C&W
designs and fabricates engineer -certified
custom cofferdams to accommodate any
special situation.
C&W has passed the very stringent qualifications of NAUSEA and ABS and can perform
underwater welding on the hull and running gear of both Navy and commercial ships. Welding
repairs can be performed either underwater or in a dry habitat chamber. C&W's NDT Certified Level
II Inspector with diving qualifications enables the company to offer in -water NDT testing of ship
hulls. Considerable savings is gained by using C&W's expertise in making repairs while a vessel is
in the water.
C&W has extensive experience working with underwater coatings that insure preservation of areas
repaired.
Automated hull scrubbing units allow C&W to quickly and economically clean a ship while in the
water. This saves tremendously on fuel costs and dry docking expenses, plus adding to a ship' s
hull life.
Inspection services are provided by C&W for brokering, insurance (appraisals, claims) and pre -
maintenance scheduling. Inspections are accompanied by written reports, technical drawings and
illustrations, and underwater still photos and video. The C&W video services allow top -side
personnel a real-time view of underwater conditions and of surveys being performed.
➢ Ship Husbandry
➢ NAVSEA and ABS Certified Underwater
and Dry Habitat Welding
➢ Design, Fabrication and Installation of
Cofferdams
➢ Advanced Underwater Painting and
Coating System ;:
➢Zinc Replacements
Underwater Insp(
Including NDT
Photo and Video
Documentation a
Hull Blanks
UNDERWATER ENGINEERING &L CONSTRUCTION
CERTIFIED SMALL, BUSINESS OWNED
San Diego (619) 474-2700 Ph Oakland 15101 444-5335 Ph www.cwdiving.com
CIVIL & IMLAMD SERVICES
C&W Diving Services has extensive experience in a wide range of marine related heavy civil
construction projects. The company customer list includes the U.S. Army Corps of Engineers, U.S.
Bureau of Reclamation, U.S. Coast Guard, and State Agencies throughout North America. The
extensive field experience C&W has in engineering facilitates careful planning during the design
and development stages of projects and results in savings of time and money.
LOC", 0 . r RESERVO«X CA A LA VJ & PO W ERMAU WSERWC"
➢ Trash rack inspection and repairs
➢ Bulkhead design, fabrication and installation
➢ Debris Removal
➢ Sluice Gate installation
➢ Intake Structure inspections and repairs
➢ Dewatering
➢ Canal lining repairs
➢ Concrete demolition and removal
➢ Excavation and dredging
➢ Articulating (subsea) concrete mat placement
➢ Stop log installation and removal
➢ Desalination projects
➢ HAZMAT, potable water diving
➢ Tunnel inspection and repairs
,U I Mead, NV Intake No. 1 ➢ Puddingstone Dam, CA Sluice gate
om Dam, CA Temperature Control Device ➢ Platoro Dam, CO Bulkhead Installation
I
iver, CA Upstream Modifications ➢ Nimbus Dam, CA Radial Gate Repairs
'ornia Aqueduct, CA Canal Lining Repairs ➢ Redondo Beach, CA Desalination
:nhain Dam , CA Trash Rack Modifications ➢ SONGS (San Onofre Nuclear) Diving contractor
m Mountain, CO Bulkhead and Tailrace ➢ Oakley, CA Fish Screens
3r Loaf Dam, CO Spillway Repairs ➢ Pt. Loma, CA Sewer Channel Repairs
UNDERWATER ENGINEERING &L CONSTRUCTION
CERTIFIED SMALL Bubik
San Diego f619J 474-2700 Ph Oakland fS10J 444-5335 Ph www.cwdiviing.com
OFFSHORE SERVICES
C&W Diving Services is a premier provider of
marine construction and commercial diving
services to the offshore oil and gas industry,
utility services providers, military, and other
water municipalities throughout the United
States and overseas.
C&W's inventory of offshore -ready diving
systems includes:
Surface Air Diving (shallow) 0-80 fsw
Surface Air Diving (deep) 80-170 fsw
➢ Surface Mixed Gas Diving 170-300 fsw
OFFSHORE OPERATONS
➢ Marine Outfalls and Intakes
Salvage
Bridge Inspections and Repairs
Reballasting Support
Platform Inspection, Maintenance & Repairs
➢ Pipeline Inspection, Maintenance & Repairs
Mooring Installation and Repairs
➢ Pile Inspections and Repairs
➢ Pile Jackets and Encasements
➢ Pile Driving
➢ Pile Cutting
➢ Excavation
➢ Sheet pile Inspection and
➢ Vessel Assist
➢ Pier Inspection
➢ NDT Inspection Services
➢ Search & Recovery
➢ Bathymetric Surveys
➢ Diver -operated Dredging
➢ Deep water dredging (Toyo 15013)
➢ ROV Inspections
➢ Shuttle Capsule Recoveries
UNDERWATER ENGINEERING Sz CONSTRUCTION
CERTIFIED SMALL BUSiNL-bb WWV" LL
San Diego 16191 474-2700 Ph Oakland (5 101444-5335 Ph www.cwcgving.com
VESSEL SUPPORT & FLEET
C&W has extensive experience working on the water providing vessel support services. C&W's
vessel fleet is deployed along the West Coast of the United States and it's crews have experienced
all weather and sea conditions. In San Francisco Bay, C&W is providing all Tug and Crew/Supply
Boat Services during the construction of the Caltrans new Oakland/ San Francisco Bay Bridge. This
massive project requires daily scheduling and coordination between C&W Vessel Captains and the
many contractors working on the Bridge, Caltrans Engineers and the US Coast Guard. C&W has
performed to the satisfaction of all parties and continues to operate with no accidents or lost time
incidents.
C'REWIPASSENGERBOATS
➢ United States Coast Guard Inspected Vessels ➢ Up to 1360 HP
➢ Tier II and Tier I I I Compliant Vessels ➢ Between 37-55 foot vessels
➢ Vessels up to 49 passengers ➢ Certified boat captains and deck hands
BARGE TENDERANE'HORHA/ MING TUG BOATS
➢ United States Coast Guard Inspected Vessels
➢ Tier 11 Compliant Vessels
➢ Pullmaster H50 winches
➢ Up to 2000 HP
Certified boat captains and deck hands
ADDMONAL SUPPORT VESSELS
"s (Dive Support Vessels)
le -screw truckable push/tug
➢ Causeway Barges
➢ Truckable modular barges
UNDERWATER ENGINEERING SLCONSTRUCTION
(;k'it r lky l:'Li SMA LL BUS/NESS OWNED
San Diego (6191 474-2700 Ph Oakland 1510) 444-5335 Ph www.cwdMng.com
MARINE CONSTRUCTION
NSTAAT/ONS Iffln 4
.�f
t
j
D/AMOND LVIRESA Ix/
U7T/NG
-0 am L�
_ _ =ice _ �•� � � .f�
A
AIM
UNDERWATER ENGINEERING SL CONSTRUCTION
- 74-
CERTIFIED SMALI.fL. BUSINESS OWNED
San Diego (6191 474-2700 Ph Oakland (510) 444-5335 Ph www.cwdlving.com
*I.
I
El
0
0)
cn
0
LAO">
��q
� C
� C
Lm
.W '0
0 M
r... -0
.0
a�
0
c� a
'00
C
m �.
a�
as a
{A
o .c
Lm
U) zs
C
�M
CE
ow
.2 'a
0
CL
N
10
tn
m
0)
O
�
Q
a�
C
C
..U2
0
co
cn
0
0)
C
.642
o0
j
0
U
N
0
09
b
r
a-
EXHIBIT B
SCHEDULE OF BILLING RATES
C & W Diving Services, Inc. Page B-1
EXHIBIT B —
SCHEDULE OF BILLING RATES
C&W Diving Services, Inc.
1) Diving Services
a. 4-person crew to consist of:
i. One Dive Supervisor
ii. One Diver
iii. One Stand-by Diver
iv. One Tender
Prevailing wage day rate. 8-hour minimum = $8,313.00 per day
2) Equipment Rates = $450.00 per day
a. Shallow water dive system with easy picking points for crane support
3) Lodging = $340 per night
a. Two rooms per night for 4-person dive crew
4) Per Diem = $360 per day
a. For 4-person crew per day fully burden rates per day
Total Daily Expenses
_ $9,463
5) Mobilization = $1,800 one-time charge
DIVING SERVICES, INC.
C&W Diving Services, Inc.
3561 Dalbergia St.
San Diego, CA 92113
(619) 474-2700 Office
NAME/ADDRESS
City of Newport Beach
100 Civic Center Dr.
Newport Beach, CA 92660
CONTACT
PHONE
Chirs Miller
949-644-3043
QUOTE
DATE QUOTE #
5/3/2024 24-072
PREPARED BY
Mark Graham
LOCATION OF WORK
Newport Beach
Waterline running from Balboa Island
to Peninsula
PERIOD OF PERFORMANCE
WORK ITEM
TERMS
05/07-05/10/2024
Diver Assisted Waterline Repairs
Net 30
DESCRIPTION
QTY
Rate
TOTAL
C&W Diving Services is providing prevailing wage day
rates for a 4-man dive team to assist backfilling an
approximately 25' diameter x 8' deep area that was
displaced when the damage occurred as a result of the
high pressure line. Dive operations will be conducted
from the crane barge to assist with crane lowering bags
of washed sand through the water column to the
placement location. The diver will release via a pull
string or by cutting bottom of bag to limit damage to the
water line and /or suspension of sediments.
Diving Services:
Day Rate
8,313.00
4 MAN DIVE CREW TO CONSIST OF (1) DIVE
SUPERVISOR (DPIC) (1) DIVER, (1) STBY DIVER AT
THE READY, & (1) TENDER. PREVAILING WAGE DAY
RATE. 8-HOUR MINIMUM
EQUIPMENT RATES:
Day Rate
450.00
SHALLOW WATER DIVE SYSTEM WITH EASY
PICKING POINTS FOR CRANE SUPPORT ($450 PER
DAY)
TOTAL
1) This estimate does not include the cost of materials (unless specified above) or delays caused by others and is subject to availability of personnel
and equipment at time of award.
2) All diving will be accomplished IAW OSHA CFR 29 1910 Subpart "T" and ADCI Consensus Standards.
C&W maintains an ABS External Specialist Certificate for In Water Survey (UWILD) and is Lloyd's Registered
C&W is a cerfified Small Business
Contractors License # A-389407 / Cage Code 3U320 / DIR# 1000404004
www.cwdiving.com
Page 1
DIVING SERVICES, INC.
C&W Diving Services, Inc.
3561 Dalbergia St.
San Diego, CA 92113
(619) 474-2700 Office
NAME/ADDRESS
City of Newport Beach
100 Civic Center Dr.
Newport Beach, CA 92660
CONTACT
PHONE
Chirs Miller
949-644-3043
QUOTE
DATE QUOTE #
5/3/2024 24-072
PREPARED BY
Mark Graham
LOCATION OF WORK
Newport Beach
Waterline running from Balboa Island
to Peninsula
PERIOD OF PERFORMANCE
WORK ITEM
TERMS
05/07-05/10/2024
Diver Assisted Waterline Repairs
Net 30
DESCRIPTION
QTY
Rate
TOTAL
LODGING:
Per Night
340.00
2 ROOMS PER NIGHT FOR 4-MAN DIVE CREW
PER DIEM:
Per Day
360.00
FOR 4-MAN DIVE CREW PER DAY FULLY BURDEN
RATES PER DAY
Mobilization & Demobilization for 4-man dive crew to
One Time Charge
1,800.00
1,800.00
mobilize shallow water dive system, travel time & fuel
rates for dive crew transport dive system from San
Diego shop location to Newport Beach.
TOTAL
1) This estimate does not include the cost of materials (unless specified above) or delays caused by others and is subject to availability of personnel
and equipment at time of award.
2) All diving will be accomplished IAW OSHA CFR 29 1910 Subpart "T" and ADCI Consensus Standards.
C&W maintains an ABS External Specialist Certificate for In Water Survey (UWILD) and is Lloyd's Registered
C&W is a certified Small Business
Contractors License # A-389407 / Cage Code 3U320 / DIR# 1000404004
www.cwdiving.com
Page 2
,AC_
DIVING SERVICES, INC.
C&W Diving Services, Inc.
3561 Dalbergia St.
San Diego, CA 92113
(619) 474-2700 Office
NAME/ADDRESS
City of Newport Beach
100 Civic Center Dr.
Newport Beach, CA 92660
CONTACT
PHONE
Chirs Miller
949-644-3043
QUOTE
DATE QUOTE #
5/3/2024 24-072
PREPARED BY
Mark Graham
LOCATION OF WORK
Newport Beach
Waterline running from Balboa Island
to Peninsula
PERIOD OF PERFORMANCE
WORK ITEM
TERMS
05/07-05/10/2024
Diver Assisted Waterline Repairs
Net 30
DESCRIPTION
QTY
Rate
TOTAL
Notes:
1) Quote 24-072 is for a 4-man dive crew, prevailing
wage 8-hour minimum day rate
2) Customer is to provide C&W with a PO before C&W
will start to mobilize any dive equipment
3) Customer will proved crane & lay down area on crane
barge to pick all dive equipment & gear and place onto
crane barge
4) Dive station will fly code alpha, Crane barge needs
have diver working below indicators
5) Customer is to notify all need to know parties that dive
operations will be taking place in between Balboa island
and peninsula
6) Based from RFQ e-mail from Adam with Anchorqea
project is estimated to start early next week (Likely
Tuesday) and will last approximately 3-4 days to
complete
TOTAL
1) This estimate does not include the cost of materials (unless specified above) or delays caused by others and is subject to availability of personnel
and equipment at time of award.
2) All diving will be accomplished IAW OSHA CFR 29 1910 Subpart "T" and ADCI Consensus Standards.
C&W maintains an ABS External Specialist Certificate for In Water Survey (UWILD) and is Lloyd's Registered
C&W is a certified Small Business
Contractors License # A-389407 / Cage Code 3U320 / DIR# 1000404004
www.cwdiving.com
Page 3
EXHIBIT C
INSURANCE REQUIREMENTS — MAINTENANCE/REPAIR/JANITORIAL SERVICES
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, 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. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury by
disease in accordance with the laws of the State of California, Section 3700
of the Labor Code.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance and, if necessary, umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a business
contract).
C. 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 Contractor
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
C & W Diving Services, Inc. Page C-1
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
D. Umbrella or Excess Liability Insurance. Contractor shall obtain and
maintain an umbrella or excess liability insurance policy with limits of not
less than one million dollars ($1,000,000) that will provide bodily injury,
personal injury and property damage liability coverage at least as broad as
the primary coverages set forth above. Such policy or policies shall include
the following terms and conditions:
A drop down feature requiring the policy to respond in the event that
any primary insurance limits are exhausted by paid claims;
• 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.
E. Pollution Liability Insurance. If required, Contractor shall maintain a policy
providing contractor's pollution liability ("CPL") coverage with a total limit of
liability of no less than one million dollars ($1,000,000) per loss and two
million dollars ($2,000,000) in the aggregate per policy period. Claims -
made policies require a 5-year extended reporting period. The CPL policy
shall include coverage for cleanup costs, third -party bodily injury and
property damage, including loss of use of damaged property or of property
that has not been physically injured or destroyed, resulting from pollution
conditions caused by contracting operations. Coverage as required in this
paragraph shall apply to sudden and non -sudden pollution conditions
resulting from the escape or release of smoke, vapors, fumes, acids, alkalis,
toxic chemicals, liquids, or gases, waste materials, or other irritants,
contaminants, or pollutants. The CPL shall also provide coverage for
transportation and off -Site disposal of materials. The policy shall not
contain any provision or exclusion (including any so-called "insured versus
insured" exclusion or "cross -liability" exclusion) the effect of which would be
to prevent, bar, or otherwise preclude any insured or additional insured
under the policy from making a claim which would otherwise be covered by
such policy on the grounds that the claim is brought by an insured or
additional insured against an insured or additional insured under the policy.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
C & W Diving Services, Inc. Page C-2
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements 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 from
each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
C. Primary and Non Contributory. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor 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 and other
endorsements as specified herein for each coverage. Insurance certificates
and endorsement must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance shall be
kept on file with City at all times during the term of this Agreement. The
certificates and endorsements for each insurance policy shall be signed by
a person authorized by that insurer to bind coverage on its behalf. At least
fifteen (15) days prior to the expiration of any such policy, evidence of
insurance showing that such insurance coverage has been renewed or
extended shall be filed with the City. If such coverage is cancelled or
reduced, Contractor shall, within ten (10) days after receipt of written notice
of such cancellation or reduction of coverage, file with the City evidence of
insurance showing that the required insurance has been reinstated or has
been provided through another insurance company or companies. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
C & W Diving Services, Inc. Page C-3
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) calendar days advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. 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 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.
F. 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 requirements unless
approved by City.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Agreement, or to suspend Contractor's right to proceed until proper
evidence of insurance is provided. Any amounts paid by City shall, at City's
C & W Diving Services, Inc. Page C-4
sole option, be deducted from amounts payable to Contractor or reimbursed
by Contractor upon demand.
H. 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 assumes no
obligation or liability by such notice, but has the right (but not the duty) to
monitor the handling of any such claim or claims if they are likely to involve
City.
Contractor's 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.
C & W Diving Services, Inc. Page C-5
EXHIBIT D
CITY OF NEWPORT BEACH
BOND NO.
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to C & W
DIVING SERVICES, INC., a California corporation hereinafter designated as the
"Principal," an agreement for maintenance and/or repair services consisting of emergency
work on a pipe break in the bay near the Fun Zone (Washington Street) to Balboa Island
(Opal Avenue) suppling water between Balboa Island and the Peninsula, in the City of
Newport Beach, in strict conformity with the Agreement on file with the office of the City
Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety,
(referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach,
in the sum of Fifty Thousand Dollars and 00/100 Cents ($50,000.00) lawful money of the
United States of America, said sum being equal to 100% of the amount payable by the
City of Newport Beach under the terms of the Agreement; for which payment well and
truly to be made, we bind ourselves, our heirs, executors and administrators, successors,
or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
C & W Diving Services, Inc. Page D-1
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Agreement or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Agreement or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
M
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
C & W Diving Services, Inc. Page D-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
(seal)
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
C & W Diving Services, Inc. Page D-3
EXHIBIT E
CITY OF NEWPORT BEACH
BOND NO.
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ , being at the
rate of $ thousand of the Agreement price.
WHEREAS, the City of Newport Beach, State of California, has awarded to C & W
DIVING SERVICES, INC., a California corporation hereinafter designated as the
"Principal," an agreement for maintenance and/or repair services consisting of emergency
work on a pipe break in the bay near the Fun Zone (Washington Street) to Balboa Island
(Opal Avenue) suppling water between Balboa Island and the Peninsula in the City of
Newport Beach, in strict conformity with the Agreement on file with the office of the City
Clerk of the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Agreement.
NOW, THEREFORE, we, the Principal, and
duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Fifty
Thousand Dollars and 00/100 Cents ($50,000.00) lawful money of the United States of
America, said sum being equal to 100% of the amount payable by the City of Newport
Beach under the terms of the Agreement, to be paid to the City of Newport Beach, its
successors, and assigns; for which payment well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Agreement and any alteration thereof made as therein provided on its
part, to be kept and performed at the time and in the manner therein specified, and in all
respects according to its true intent and meaning, or fails to indemnify, defend, and save
harmless the City of Newport Beach, its officers, employees and agents, as therein
stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the
sum specified in this Bond; otherwise this obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
C & W Diving Services, Inc. Page E-1
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Agreement or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Agreement
or to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
C & W Diving Services, Inc. Page E-2
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of } ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual who
signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity
of that document.
State of California
County of } ss.
On 20 before me, ,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (seal)
C & W Diving Services, Inc. Page E-3
Welcome jrosenbaum q 2 252 �+ 75 ® U
qSearch
Insured Name
C&W Diving Services, Inc. (FV
C&W Diving Services, Inc.
Active Records Only
Advance Search
Insured Tasks Admin Tools
View
Insured
Notes
History
Deficiencies
Coverages
Requirements
Add
Edit
Help
Video Tutorials
Home Insured Tasks
ski Insured
Lj View s:s Insured
Name:
C&W Diving Services, Inc.
Account Number:
FV00001188
Address:
3561 Dalbergia Street, San Diego,
CA, 92113
Status:
Compliant with Waived Deficiencies.
Insured
Business Unit(s)
Print Insured Info
Account Information
Account Number:
FV00001188
Risk Type:
Maintenance/Repair
Services Agreement
Do Not Call:
Address Updated:
Address Information
Mailing Address
Physical Address
Insured:
C&W Diving
Services, Inc.
Address 1:
3561 Dalbergia
Street
Address 2:
City: San Diego
State: CA
7;-- noII
country:
Contract Information
Contract Number:
Underwater Civic
Construction
Activities
Contract Start Date:
05/07/2024
Contract Effective Date:
Description of Services:
Underwater Civic
Construction
Activities
Contact Information
Contract End Date. -
Contract Expiration Date:
Safety Form II:
Contact Name: Chriss McCollum Misc:
Phone Number: 6194742700 Alt Phone Number:
Fax Number:
E-Mail Address: accounting@cwdiving.com; jrosenbaum@newp
Approval Date:
Rush: No
Contract on File: No
Certificate Received: No
Indemnification Agreement: No
Tax Id:
This Account created by 936 on 05/07/2024.