Loading...
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.