Loading...
HomeMy WebLinkAboutC-9598-1 - PSA for Water Well Rehabilitation FY2024 – FY2025 Hydrogeology1 V1 AMENDMENT NO. ONE TO cr- PROFESSIONAL SERVICES AGREEMENT v WITH RICHARD C. SLADE & ASSOCIATES, LLC FOR WATER WELL REHABILITATION FY2024-FY2025 HYDROGEOLOGY THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 19th day of November, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RICHARD C. SLADE & ASSOCIATES, LLC, a California limited liability company ("Consultant"), whose address is 14051 Burbank Blvd Suite 300, Sherman Oaks, CA 91401, and is made with reference to the following: RECITALS A. On June 18, 2024, City and Consultant entered into a Professional Services Agreement ("Agreement") to perform hydrogeologic consulting services for water well rehabilitation ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Exhibit B to the Agreement and Exhibit B to Amendment No. One shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant 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. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Two Hundred Eighty Seven Thousand Six Hundred Six Dollars and 00/100 ($287,606.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed Two Hundred Forty Five Thousand Five Hundred Ten Dollars and 00/100 ($245,510.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Richard C. Slade & Associates, LLC Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: Date: �i 9- /2 c)z y By:_�4ew, jfl onLAA - By: Aaron . Harp Will O'Neill City Attorney `�'�D�` Mayor ATTEST: t CONSULTANT: RICHARD C. SLADE & Date: Rif. ASSOCIATES, LLC, a California limited liability company Date: By: ow h0� � Signed in Counterpart By: Leilani I. Brown Richard C Slade City Clerk Member �E�0i4, Date: 13 Signed in Counterpart Linda Slade Member [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Richard C. Slade & Associates, LLC Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: (( 06.j 7_ o y q By: -(o Aaro C. Harp .w V, City Attorney PL ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Will O'Neill Mayor CONSULTANT: RICHARD C. SLADE & ASSOP ES, LLC, a California limited liability co pany Date` I "I-) Leilani I. Brown 7Rhicar fay' City Clerk Member Date: J1/-7 /,;-) 1/- By: Linda Slade Member [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Richard C. Slade & Associates, LLC Page 3 EXHIBIT A SCOPE OF SERVICES Richard C. Slade & Associates, LLC Page A-1 RICHARD C. SLADE & ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS Scope of Services o Task 4: Field and Office time for field monitoring for Well Rehabilitation activities at the Tamura Shallow Well, the Dolphin Shallow Well, and the Dolphin Deep Well. See Tables 1 and 2 for a breakdown of the RCS personnel hours and expenses for field monitoring services for the three wells. o Task 5: Remaining reporting services for two wells. See Table 2 of the Billing Rates for the RCS personnel hours for the remaining reporting services for two wells. W/:11=1119 =1 SCHEDULE OF BILLING RATES Richard C. Slade & Associates, LLC Page B-1 Billing Rates Task 4: Well Rehabilitation Field Monitoring (see also Table 1): Project Staff Expended Hours Per Hour Rate Total Cost President 20 $328 $6,560 Principal Groundwater Geologist 37 $278 $10286 Senior Groundwater Geologist 16 $242 $3,872 Staff Groundwater Geologist 185 $210 $38,850 Field Groundwater Geologist 952 $140 $133,280 Clerical 5 $106 $530 Estimated Expenses Includes a 2.5% Administrative Fee and Direct Costs): $13,483 TOTAL: $206,861 Task 5: Remaining Reporting Services (see also Table 2): Project Staff Estimated Hours Per Hour Rate Total Cost President 4 $328 $1,312 Principal Groundwater Geologist 12 $278 $3,336 Senior Groundwater Geologist 10 $242 $2,420 Staff Groundwater Geologist 140 $210 $29,400 Clerical 8 $106 $848 Estimated Expenses (Includes a 2.5% Administrative Fee and Direct Costs): $1,333 TOTAL: $38,649 The total RCS cost for Tasks 4 and 5 above is $245,510. Thus, based on the above -tabulated values, RCS is requesting an increase to the prior budget ($42,096 for Task 1, 2, and 3 services) by the above amount to a new total of $287,606 in order to complete Tasks 4 and 5. This new total represents total costs listed in the original budget and the new costs associated with this Amendment for the rehabilitation of the Tamura Shallow Well, the Dolphin Shallow Well, and the Dolphin Deep Well. Should you have any questions regarding this Amendment request letter, please call or contact us via e-mail. Thank you. Q Q N O m 0 m ry N N m r n p w J W Q z R m o m v m W < Z N ON O N m m m m o c W ~ W x W W W w a JQ O U ~ K J W O 0 in w o o w K o az U Z v o Fy to w w N O v Wa K 70 U Q O 0 0 0 o 0 0 0 K F~ N O 0 N O O 0 V N 0 O Q O V o O N O O N O N O O O N Lu H Q ❑ 3 C7 0 `» «n » H W oo V N w LL j 0 ^ N U O v m n m N n a 0 x W in c°r N O O m } J a W r Q N N N N O N in N M N em9 w lr0 Oy 0 ? LL 3 C) V o V Z y j J0 Z w y (n LL O ix m f-F m O � x O U x Q W J If F F c r H O ❑J �a� a -) s w h, W Z J z w Ir N N O O m O O O N m W W ~ OR LL o mu)0m m aOzo m FU O ❑ F V JFF- QQN O U m W m m m m m p z < 0 a�c7 m Q H Z o 0 N m a 0 w 7 Q K O (7 =O m m O m m m m = W x J � N W Z O r O o v ua o 0 v m co w v v » co m m » v' w (n W U Z W U m N w a> rn w « N mw s �w ❑ x J W LL V 3 o c o c � a T `c y N N Y 0 c L O 0 N A ~ C e x a o ❑ t N c y 3 y a t a a d Z n T a8 n L o p � T y Z z � c at} N n 3 N O y F T � C C o m c Nca C T C w H (n N C C U C i0 A C O J rn C C v o t m v E m w ii ❑ N 2 m a V O N m w r u m U m a O a N Q y Y m Y Y m Y Y Y m Y m Y Y m m Y N F t%1 N Vl t/1 N Vl N f/! N N N N R Y N 0 < W LL H � y W Q y Z o W Fa x w U p E a 'a W w z N 0 ZO 0 0 y O W Q 0 N W y OF - U Q W 7 N J W Q Z U Z � O J C U W a 0 O U N y � 0 O W m J 0 W F y Q N O U H w O O a 00 _ LLz o ^ y W 0 w 0 w Q z o o 0 = � LL W h a N O F U y K W 3 6 p 0 uww y O 0 ry O N LL N j W0w N Q N K J 0 W U N O a Q J 0 f K W O O S 277 uj U O W O Jw w K Q y-U, w N 1 O W= Z Z O O W Z 0 K N U O H Z✓ N w O O N o J u Z O w_ 'o O m o S w N U h U tl O 2 Z Z N W O W y U' J O S � Z N W N O U w N � a O S N U N U K 0 F N 00 O_ p r O. C a D Y N Q f O _ d. = O O K Q o ~ C O Z � - Y N Q F- E E N Y N Q 1- 1 CIO CSC PROFESSIONAL SERVICES AGREEMENT WITH RICHARD C. SLADE & ASSOCIATES, LLC FOR WATER WELL REHABILITATION FY2024-FY2025 HYDROGEOLOGY v THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 18th day of June, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and RICHARD C. SLADE & ASSOCIATES, LLC, a California Limited Liability Company ("Consultant"), whose address is 14051 Burbank Boulevard, Suite 300, Sherman Oaks, CA 91401, 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 Consultant to perform hydrogeologic consulting services for water well rehabilitation ("Project"). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth 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 May 31, 2027, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant 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 Consultant 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, Consultant shall not be responsible for delays due to causes beyond Consultant'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 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein not later than ten (10) 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 Consultant's control. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand -delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 City shall pay Consultant 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. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Forty Two Thousand Ninety Six Dollars and 00/100 ($42,096.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person 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 Consultant no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. 4.4 Consultant 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 the Schedule of Billing Rates as set forth in Exhibit B. Richard C. Slade & Associates, LLC Page 2 5. PROJECT MANAGER 5.1 Consultant 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. Consultant has designated Geza I. Demeter to be its Project Manager. Consultant 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 Consultant, 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. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works. City's Director of Public Works 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 Consultant in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, 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 Consultant's Work schedule. 8. STANDARD OF CARE 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical 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 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, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant 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 Richard C. Slade & Associates, LLC Page 3 legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant 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 Consultant's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 To the fullest extent permitted by law, Consultant 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"), and which relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them. 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active 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 the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the Work are under the control of Consultant, 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 Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. Richard C. Slade & Associates, LLC Page 4 11. COOPERATION Consultant 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 the Consultant on the Project. 12. CITY POLICY Consultant 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 Consultant 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 Consultant's indemnification of City, and prior to commencement of Work, Consultant 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. 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 Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. 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. 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant 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. Richard C. Slade & Associates, LLC Page 5 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant, 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 Consultant or any other party. Additionally, all material posted in cyberspace by Consultant, 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 Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 Computer Aided Design and Drafting ("CADD") data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the Work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; or (b) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. 17.4 All improvement and/or construction plans shall be plotted on standard twenty-four inch (24") by thirty-six inch (36") paper size. Consultant shall provide to City digital 'As -Built' drawings in both AutoCAD and Adobe PDF file format within thirty (30) days after finalization of the Project. 18. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents the Consultant's judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to Consultant or contractor bids or actual cost to City. Richard C. Slade & Associates, LLC Page 6 19. 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. 20. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 21. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant 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 Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant 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 Consultant under this Agreement. 22. WITHHOLDINGS City may withhold payment to Consultant 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. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant 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. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. Richard C. Slade & Associates, LLC Page 7 25. CONFLICTS OF INTEREST 25.1 Consultant 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. 25.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant 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. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 26. NOTICES 26.1 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. 26.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 26.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Geza I. Demeter Richard C. Slade & Associates, LLC 14051 Burbank Blvd., Suite 300 Sherman Oaks, CA 91401 27. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant'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 Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set Richard C. Slade & Associates, LLC Page 8 forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 28. TERMINATION 28.1 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. 28.2 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 Consultant. In the event of termination under this Section, City shall pay Consultant for Services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant 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. 29. STANDARD PROVISIONS 29.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 29.2 Compliance with all Laws. Consultant 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 Consultant 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. Richard C. Slade & Associates, LLC Page 9 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 Consultant 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. 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. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because 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] Richard C. Slade & Associates, LLC Page 10 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: Date: By: 4 �'vL ( a By: A on C. Harp '�iS David Webb Ci Attorney Director of Public Works Z� ATTEST: CONSULTANT: RICHARD C. SLADE & Date: ASSOCIATES, LLC, a California Limited Liability Company Date: By: 0 14 4A A" ,,b *'� MA. Lei ani I. Brown City Clerk Signed in Counterpart BY: Richard C Slade President Date: Signed in Counterpart By: Linda Slade Member [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Richard C. Slade & Associates, LLC Page 11 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: & / 1 K j City Attorney p 6�'yl� y ATTEST: Date: am Leilani 1. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: David Webb Director of Public Works CONSULTANT ASSOCIATES, ,' President RICHARD C. SLADE & LLC, a California Limited oate Bv: Linda Slade Member [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Richard C. Slade & Associates, LLC Page 11 EXHIBIT SCOPE OF SERVICES Richard C. Slade & Associates, LLC Page A-1 RICHARD C. SLADE & ASSOCIATES LLC CONSULTING GROUNDWATER GEOLOGISTS May 9, 2024 To: Mr. Benjamin Davis City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Via email: bdavis@newportbeachca.gov Job No. 330-OGE07 Re: Proposal for Hydrogeologic Services Preparation of Technical Specifications, Bid -Phase Support, and Partial Reporting for the Rehabilitation of Three Wells City of Newport Beach Newport Beach, Orange County, California Dear Mr. Davis: Richard C. Slade & Associates LLC, Consulting Groundwater Geologists (RCS), is pleased to submit this proposal for providing hydrogeologic office services for the rehabilitation of three existing, municipal -supply wells for the City of Newport Beach (the City): the Tamura Shallow Well; the Dolphin Deep Well; and the Dolphin Shallow Well (subject wells). These wells are located within the City of Fountain Valley, Orange County, California, as seen on Figure 1, "Well Location Map". In February 2024, it was reported by City Staff that the Tamura Shallow Well had been experiencing a decline in its specific capacity and pumping rates since approximately the Fall of 2023, even though this well had undergone limited rehabilitation in 2022. It is possible, due to the aggressive nature of the groundwater in the vicinity of Tamura Shallow Well, that the casing perforations have become inundated with biological growth, which caused a decrease in the flow of groundwater into the well. A more robust rehabilitation program (compared to the more limited work done in 2022) appears to be needed to address the biological growths and to regain some specific capacity and to improve the pumping rate of the well. The City's Dolphin Deep and Shallow wells had last undergone well rehabilitation efforts in 2014 and 2015-2016, respectively. During the rehabilitation of the Dolphin Deep Well, a stainless steel full casing liner was installed to help control sand production in the well under pumping conditions. It has been approximately 9 to 10 years since these two wells were rehabilitated, and therefore, biological growths may need to be addressed in order to maintain their efficiency and production. Because the last rehabilitation of the Dolphin Deep and Shallow Wells was in 2014 and in 2015-2016, respectively, and the last rehabilitation of the Tamura Shallow Well was in 2022 (which was minor in scope), it is likely that a full rehabilitation of each well (including wire brushing, chemical development, and air -lifting and swabbing) will be needed at this time. In addition, given that the low -carbon steel (LCS) casings used to construct the Tamura Shallow Well and the Dolphin Shallow Well are now over 25+ years in age, a full casing liner may be warranted in order 14051 BURBANK BLVD., SUITE 300, SHERMAN OAKS, CALIFORNIA 91401 SOUTHERN CALIFORNIA: (818) 506-0418 • NORTHERN CALIFORNIA: (707) 963-3914 W W W,RCSLADE.COM Proposal for Hydrogeologic Services Preparation of Technical Specifications, Bid -Phase Support, and Partial Reporting For the Rehabilitation of Three Wells City of Newport Beach Fountain Valley, Orange County, California to continue long-term operational viability. The need for a casing liner in those wells will be evaluated as rehabilitation progresses. Based on the above, it is assumed that a full rehabilitation will be needed for each of the three subject wells, and that Technical Specifications for the wells is to be prepared to provide a comprehensive suite of options for that rehabilitation. Currently, it is not anticipated at this time that the Tamura Shallow Well or the Dolphin Shallow Well will require the installation of casing patches and/or casing liners. However, after initial cleaning and subsequent video surveys, it may be revealed that there could be holes in either well casing. As such, an assessment of whether swaged patches or casing liners will need to be installed will be made at that time. The pages following this cover letter provide our Scope of Hydrogeologic Services for the preparation of technical specifications and bid -phase support for the rehabilitation of the Tamura Shallow well and the Dolphin Deep and Shallow wells. We appreciate this opportunity to present our proposal for the rehabilitation of the three subject wells and look forward to once again working with you and your staff on another City well rehabilitation project. Should you have any questions regarding this proposal, please contact us. Respectfully submitted, RI ARID C. SLADO& ASSOCIATES LLC Richard C. Slade President and Principal Groundwater Geologist -2- Proposal for Hydrogeologic Services Preparation of Technical Specifications, Bid -Phase Support, and Partial Reporting �:QL_�� For the Rehabilitation of Three Wells City of Newport Beach Fountain Valley, Orange County, California SCOPE OF HYDROGEOLOGIC SERVICES Task 1— Technical Specifications for Well Rehabilitation RCS shall prepare site -specific Technical Specifications and line -item bid sheets for rehabilitation operations for the three subject wells. These Specifications will be prepared so that these rehabilitation operations can be performed by a Contractor under one set of documents and under one contract to the City. The Specifications and bid items will include the following: 1. Equipment to be utilized and size of work area needed. 2. The type of possible site preparation work needed at each well site before the equipment is mobilized to each site. 3. Removal of the existing pump at each well. 4. Video surveys to be performed during and following rehabilitation of each well. 5. An Electro-Magnetic Thickness (EMT24) survey that needs to be performed at the Tamura and Dolphin Shallow wells only. This survey method is applicable to both low carbon and stainless steel casings. 6. The depth intervals of each well casing to be rehabilitated. The type of mechanical well rehabilitation methods will be evaluated and included in the Technical Specifications, as needed. These methods could include the following: o Wire brushing & bailing. o Dual -swab airlifting and surging. o "Air -Jetting", consisting of either the AirBurst®or Bore Blast® methods. 8. The types and volumes of various chemicals and their emplacement methods that might be needed during chemical rehabilitation for each well. 9. Discharge locations and treatment options/consideration for the discharge of the fluids to be generated from each well during the rehabilitation tasks (especially when specific chemicals are used). 10. Parameters for pumping redevelopment and final pumping tests. 11. Discharge requirements and NPDES permit compliance for the pumped groundwater. 12. Final downwell flowmeter and video surveys in each well. 13. Installation of a rebuilt or new permanent pump in each well. A line item estimate for the probable cost of the rehabilitation work will also be prepared. This will be provided to permit comparison with the Contractor bids received by the City. RCS will provide the Technical Specifications to you so that they can be merged with standard City "boiler plate" documents. Thereafter, the entire package can be sent out by the City for competitive bidding. -3- Task 2 — Pre -Bid Meeting and Bid Assistance RCS will prepare for, attend the pre -bid meeting, and provide pre -bid clarifications and/or addenda, if necessary, for well rehabilitation. We will also help City Staff in reviewing the received bids. The purpose of the pre -bid meeting is to help potential bidders better understand site logistics such as access, available water supply, location of utilities, and fluids disposal options at each well site. Consideration will be focused on discharge of fluids from the rehabilitation operations and from the subsequent testing of each well. Task 3 — Summary of Well Rehabilitation Operations Report — First Well Only Prepare a Summary of Well Rehabilitation Operations Report (SOWROR) for one of the three newly rehabilitated wells to help document the new rehabilitation operations. This Task includes the preparation of one report only; reports for the two remaining wells will be performed under a separate contract, or a variance request, if desired by the City. This report will discuss rehabilitation operations and summarize our observations regarding the rehabilitation work performed in the well. Final recommendations regarding the new operational pumping rate, specific capacity, and pump depth setting for the newly -rehabilitated well will also be provided in the report. The SOWROR report will consist of the following: o A basic chronologic history of well rehabilitation operations. o A description of each rehabilitation method used and the results of those methods. o Daily field reports by the onsite groundwater geologist. o An evaluation/analysis of the final pumping tests in the newly -rehabilitated well and an assessment of its new pumping capacity and specific capacity. o A statement on whether or not water level drawdown interference was induced on the nearby well (i.e., either the Tamura Deep Well, Dolphin Shallow Well, or Dolphin Deep Well depending on the well rehabilitated) during the pumping tests performed in the newly -rehabilitated well. o Recommendations for the pump depth setting and pumping rate for the permanent pump in the newly -rehabilitated well. o Occasional photographs to help document certain rehabilitation methods. o Supporting documentation on well rehabilitation operations, such as the types and volumes of chemicals used, the Contractor's daily records, pumping redevelopment and testing sheets. o The report will also have attendant tables, figures, and drawings to help document work conducted in the newly -rehabilitated well. A Draft report for the well will be submitted to you for your review and comment. Following that review, City comments will be incorporated into the Final report, and an electronic copy of the document in an Adobe PDF format will be submitted to City. -4- Proposal for Hydrogeologic Services Preparation of Technical Specifications, Bid -Phase Support, and Partial Reporting For the Rehabilitation of Three Wells City of Newport Beach Fountain Valley, Orange County, California CLOSURE We appreciate this opportunity to submit this proposal for providing the City of Newport Beach with hydrogeologic services related to the preparation of technical specifications, bid -phase support, and partial reporting for the Tamura Shallow Well, and the Dolphin Shallow and Deep Wells. If you have any questions regarding this proposal, please contact Geza Demeter via email (geza.demetera.reslade.com). Very truly yours, RICHARD C. SLADE & ASSOCIATES, LLC Richard C. Slade President and Principal Groundwater Geologist -5- 0.0 a » ! \ (§\( \ \ ek0 �§ w _ 7m §� co 0 00 \\\�' w}!, LU §�/ 2w , w § �\ \ \ \it /\ \ \ ] )_ ) �\ <10 2 ! # e § }} } { }{ } ƒ I\ EXHIBIT B SCHEDULE OF BILLING RATES Richard C. Slade & Associates, LLC Page B-1 Exhibit B Billing Rates — C-9598-1 COST ESTIMATE FOR HYDROGEOLOGIC SERVICES The attached Table 1 provides details of our cost estimate for each of the tasks listed in the Scope of Services. The cost for each task is as follows: Estimated Task Description RCS Costs Task 1 Technical Specifications for Well Rehabilitation $17,314 Task 2 Pre -Bid Meeting and Bid Assistance $5,357 Task 3 Summary of Well Rehabilitation Operations Report $19,425 (One Report, First Well Rehabilitation Only) RCS Total Professional Services: $42,096 (Includes a 2.5% Administrative Fee and Direct Costs): Payment will be based on the hours worked and on the current RCS Schedule of Charges. Consultant's services accrue on a time and expense basis in accordance with the attached Schedule of Charges. Note that the cost estimate presented above for Task 3 is only for one report, for the first well rehabilitation only. Reports for the two remaining wells will be performed under a separate contract or contract amendment, if desired by the City. A monthly status update report will be included outlining the work conducted to date and the percentage of the budget expended. Payment will be based on the hours worked and the hourly rates as described in the attached Table 1 detailing the personnel -hour breakdown for the listed tasks. RCS SCHEDULE OF CHARGES January 2024 Professional Services Hourly Rates President $328.00 Principal Groundwater Geologist $278.00 Senior Groundwater Geologist $242.00 Staff Groundwater Geologist $210.00 Field Groundwater Geologist $140.00 Clerical $106.00 Field Equipment Charges Pressure Transducers (water level & barometric $50.00/wk. pressure monitoring during pumping tests) Electric Tape Water Level Probe $25.00/day Field Water Quality Probe (T, pH, EC) $50.00/day Travel Time and Mileage Travel time for meetings and/or to job sites will be charged at our standard hourly rates. Mileage is charged at the current IRS rate. Client will furnish rights -of -way to land as required for field visits and field operations, such as sampling or testing of water wells. With the exception of hourly billing for time, any and all other charges, fees, rates, costs, reimbursements, and other expenses of any nature whatsoever shall be subject to prior written approval of City. Consultant shall provide written notice to City of any annual changes to its rates set forth herein prior to such rates being effective. Any such annual rate changes shall not exceed five percent of the rates in effect immediately prior to such change. EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant 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. Consultant shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. U.S. Longshoremen's and Harbor Workers' Act (USL&H) shall be required for employees performing services covered by said Act. Consultant 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. Consultant shall maintain commercial general liability insurance, and if necessary excess/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 two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from premises, 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. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 Richard C. Slade & Associates, LLC Page C-1 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of two million dollars ($2,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Consultant's primary and excess/umbrella liability policies are exhausted. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees, or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess/umbrella liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as additional insureds under such policies. Richard C. Slade & Associates, LLC Page C-2 C. Primary and Non -Contributory. Consultant's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to the City, its City Council, boards and commissions, officers, agents, volunteers and employees. 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 or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. 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, Consultant 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. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Consultant ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Right to Review Subcontracts. Consultant agrees that upon request, all agreements with subcontractors or others with whom Consultant 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 Richard C. Slade & Associates, LLC Page C-3 liability on City, or its employees. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant 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. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant 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 Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available proceeds in excess of 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 Consultant or any subconsultant 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 Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. H. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Contract, 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. Richard C. Slade & Associates, LLC Page C-4 Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Richard C. Slade & Associates, LLC Page C-5 sc 6 lia, LO D 2 LJ w 1:5 t U- cr, m a CL (-) L) E ui 2 GO, cn Cl) on 1 W m z CD 65 1, < SO w ca &5 0 u 7 0 Q cu 0All 0 u 4T LU 0 0 a) 0 cu 0