Loading...
CONTRACT 6879 Maintenance and Repair Agreement CLOSEDAgreement No. 6879 MAINTENANCE AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND SOUTH COAST PAINTING, INC. GM 24-01: REC PARK CLUBHOUSE PAINTING PROJECT THIS MAINTENANCE AGREEMENT ("Agreement") is made and enteredinto this 22nd day of February 2024, by and between the CITY OF EL SEGUN00, a general law city and municipal corporation ("CITY") and South Coast Painting, Inc. a CALIFORNIA CORPORATION ("CONTRACTOR"). The Parties agree as follows: 1. CONSIDERATION. A. As partial consideration, CONTRACTOR agrees to perform the work listed in the SCOPE OF SERVICES, below; B. As additional consideration, CONTRACTOR and CITY agree to abide by the terms and conditions contained in this Agreement; C. As additional consideration, CITY agrees to pay CONTRACTOR on a lump sum basis an amount set forth in the attached Exhibit "A,"' which is incorporated by reference, for CONT CTOR's services. CITY will pay such amount promptty, but not later then 30 days after receNing CONT CTOR"s invoice. 2. TERM. The term of this Agreement will be from February 23, 2024 to July 31, 2024. The Agreement may be renewed upon mutual consent of the parties. 3. SCOPE OF SERVICES. A. CONTRACTOR will perform services listed in the attached Exhibit A. B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONTRACTOR by this Agreement. 4. PREVAILING WAGES. Page 1 of 8 Agreement No. 6879 A. Pursuant to Labor Code § 1720, and as specified in 8 California Code of Regulations § 16000, CONTRACTOR must pay its workers prevai�ing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resufting, from aviolation of the prevailing wage laWS4 B. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per them wages are available upon request from CITY's Engineering Division or the website for State of California Prevailing wage determination at httpJlwww.dir.ca.gov/DLSR/PVVD. CONTRACTOR must post a copy of the prevailing rate of per them wages at the job site. C. CITY Erects CONTRACTOR's attention to Labor Code §§ 1777.5, 1777.6 and 3098 concerning the employment of apprentices by CONTRACTOR or any subcontractor. D, Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing tradesmen in any apprenticeship occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate rnust also fix the ratio of apprentices to journeymen that will be used in the performance of the contract. The ratio of apprentices to journeymen in such cases will not be less than one to five except: When employment in the area of coverage by the joint appren- ticeship committee has exceeded an average of 15 percent in the 90 days before the request for certificate, or When the number of apprentices in training in the area exceeds a ratio of one to five, or iii. When the trade can show that it is replacing at least 1/30 of its membership through apprenticeship training on an annual basis state-wide or locally, or iv, When CONTRACTOR provides evidence that CONTRACTOR employs registered apprentices on all of his contracts on an annual average of not less than one apprentice to eight journeymen. CONTRACTOR is required to make contributions to funds estab- lished for the administration of apprenticeship programs if CONTRACTOR employs registered apprentices or journeymen in Page 2 of 8 Agreement No. 6879 any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. vi. CONTRACTOR and any subcontractor must comply with Labor Code §§ 1777.5 and 1777.6 in the employment of apprentices, vii. Information relative to apprenticeship standards, wage schedules and other requirements may be obtained from the Director of Industrial Relations, ex-offlcio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. E. CONTRACTOR and its subcontractors, must keep an accurate certified payroll records showing the name, occupation, and the actual per diesi wages paid to each worker employed in connection with this Agreement. The record will toe kept open at all reasonable hours to the inspection of the body awarding the contract and to the Division of Labor Law Enforcement, If requested by CITY, CONTRACTOR must provide copies of the records at its cost. 5. FAMILIARITY WITH WORK. A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has Thoroughly investigated and considered the scope of services to be performed; ii. Carefully considered how the services should be performed; and iii. Understands the facilities„ difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has or will investigate the site and is or will be fully acquainted with the conditions, there existing, before commencing the services hereunder. Should CONTRACTOR discover any latent or unknown conditions that may materially affect the performance of the services, CONTRACTOR will immediately inform CITY of such fact and will not proceed except at CONTRACTOR's own risk until written instructions are received from CITY. 6. INSURANCE, A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONTRACTOR will procure and Page 3 of 8 Agreement No. 6879 maintain the following types of insurance with coverage limits complying, at a minimum„ with the limits set forth below: Type of Insurance Commercial general liability: Business automobile liability Workers compensation $1,000,000 $1,000,000 Statutory requirement. B. Commercial general liability insurance will meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name City, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by City will be excess thereto. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to City. C. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 01 06 92, including symbol 1 (Any Auto). D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, endorsements as required herein, and such other evidence of insurance or copies of policies as may be reasonably required by City from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any cancellation of coverage. CONTRACTOR will require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain such coverage at CONTRACTOR's expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. 7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until: A. CONTRACTOR furnishes proof of insurance as required under Section 6 Page 4 of 8 Agreement No. 6879 of this Agreement; and B. CITY gives CONTRACTOR a written Notice to Proceed. C. Should CONTRACTOR begin work in advance of receiving written authorization to proceed, any such professional services are at CONTRACTOR's own risk. 8. TERMINATION. A. Except as otherwise provided, CITY may terminate this Agreement at any time with or without cause. Notice of termination will be in writing, B. CONTRACTOR may terminate this Agreement upon providing written notice to CITY at least thirty (30) days before the effective termination date. C. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. D. By executing this document, CONTRACTOR waives any and all claims for damages that might otherwise arise from CI Y's termination under this Section. INDEMNIFICATION. A CONTRACTOR indemnifies and holds CITY harmless from and against any claim, action, damages, costs (including, without limitation, reasonable attorney's fees and penalties), injuries, or liability, arising out of this Agreement, or its performance including, without limitation, damages or penalties arising from CONTRACTOR's removal, remediation, response or other plan concerning any Hazardous Waste resulting in the release of any hazardous substance into the environment. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising Out of this Agreement, or its performance, CONTRACTOR will defend CITY (at CITY's request and with COLMel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or otherwise. B. For purposes of this section "CITY" includes CITY's, officers, officials, employees, agents, representatives, and volunteers. C. CONTRACTOR expressiy agrees that this release, waiver, and indemnity agreement is intended to be as broad and inclusive as is permitted by the law of the State of California and that if any portion is held invalid, it is Page 5 of 8 Agreement No. 6879 agreed that the balance will, notwithstanding, continue in full legal force and effect. D. It is expressly understood and agreed that the foregoing provisions will survive termination of this Agreement. E. The requirements as to the types and limits of insurance coverage to be maintained by CONTRACTOR as required by this Agreement, and any approval of said insurance by CITY„ are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by CONTRACTOR pursuant to this Agreement, including„ without limitation, to the provisions concerning indemnification. 9. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as an independent contractor and will have control of all work and the manner in which is it performed. CONTRACTOR will be free to contract for similar service to be performed for other employers while under contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow the direction of the CITY as to end results of the work only. 10. NOTICES. A. All notices given or required to be given pursuant to this Agreement will be in writing and may be given by personal delivery or by mail. Notice sent by mail will be addressed as follows: To CITY: Attn: Jorge Prado City of El Segundo 350 Main Street El Segundo, CA 90245 (310) 524-2713 jprado@elsegundo.org To CONTRACTOR: Attn: George Mantikas South Coast Painting, Inc. 28364 South Western Ave #465 Rancho Palos Verdes, CA 90274 (310) 938-0368 scpainters@sbcglobal.net B. When addressed in accordance with this paragraph, notices will be deemed given upon deposit in the United States mail, postage prepaid. In Page 6 of 8 Agreement No. 6879 all other instances, notices will be deemed given at the time of actual delivery. C, Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 11. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer Identification Number,. 12. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement„ whether of the same or different character. 13.CONSTRUCTION, The language of each part of this Agreement will be construed simply and according to its fair meaning, and this Agreement will never be construed either for or against either party. 14. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect_ 15. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 16. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any other provision, nor will such waiver constitute a continuing waiver. 17. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 18. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval and ratification by the El Segundo City Council. This Agreement is not binding upon CITY until executed by the City Manager. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written agreement. CITY's city manager may execute any such amendment on behalf of CITY. 19. ACCEPTANCE OF FACSIMILE SIGNATURES. This Agreement may be executed by the Parties on any number of separate counterparts, and all such counterparts so Page 7 of 8 Agreement No. 6879 executed constitute one Agreement binding on all the Parties notwithstanding that all the Parties are not signatories to the same counterpart. In accordance with Government Cade § 16.5, the Parties, agree that this Agreement, Agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. 20. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the provisions of this Agreement will govern and control, 21. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement.. 22. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' control, then the Agreement will immediately terminate without obligation of either party to the other. 23. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole agreement between CONTRACTOR and CITY respecting lead based stabilization. To the extent that there are additional terms and conditions contained in Exhibit "A" that are not in conflict with this Agreement, those terms are incorporated as if fully set forth above. There are no other understandings, terms or other agreements expressed or implied, oral or written. Page 8 of 8 Agreement No. 6879 IN WITNESS WHEREOF the parties hereto have executed this contract the day and year first hereinabove written. CITY OF EL SEO aeneral law city I I Elias aas on,- Director :'Public Works ATTEST: Tracy Weaver„ City Clerk APPROVED AS TO FORM: MARK D. I -I N LEY, CITY ATTORNEY By: SOUTH, COAST PAINTING, INC. Name Title Taxpayer ID No Vazquez, Assistant City Attorney INSURANCE REVIEWED BY: Page 9 of 8 Agreement No. 6879 EXHIBIT A Date: 2-8-24 S ic-D"", u ""r,I VV��' � n . . . . . r,AINTINU Contact: George Mantikas License# 892130 28364 South Western Avenue #465 Rancho Palos Verdes, CA 90274 South Coast Painting Licenses: South Coast Painting Inc. holds a State of California Contractors state license board C-33 license #892130 South Coast Painting Contact Information: Phone:310-938-0368 Fax:310-933-0287 E-mail: sci2ainters@sbcglobal.net / Web site: Southcoastpainters.com Bonds: Lesron Insurance Agency 1440 North Harbor Blvd. Suite #610 Fullerton, CA 92835 License # 0792430 Workers Compensation: State Fund 3440 Walnut Avenue Fremont, CA 94538 # 9125712-2015 General Liability: Orr & Associates Insurance services CA license #OE63493 Automobile Liability: Orr & Associates Insurance Services Department of Industrial Relations Registration No. 1000577895 Federal Tax ID No. 47-2725415 Agreement No. 6879 Su""UT'"' 0"NOO& A 0"T"" A 1; t G Project Address: El Segundo Clubhouse @ El Segundo Ca Attention: Jorge Prado 1.0 PRODUCTS AND GENERAL PREP All materials shall be per specifications and delivered to the project in original containers bearing the Manufacturers name and code. All materials to comply with current requirements of the Environmental agencies or other local, state and federal requirements. Preparation of various surfaces include: Stucco / Cement / Plaster will be prepped by high power water pressure wash as needed to remove loose dirt, rust, failing product or dirt from surface. Surfaces will be allowed to completely dry before application of primer and or paint products. Metal will have any loose rust, scale or peeling paint removed either by wire brush, scraping, or sanding as required. A metal cleaner or degreaser will be used to clean surfaces from dirt, grease, oils, or salt build up. Surfaces will either be rubbed with cloth or scrubbed with a stiff wire brush depending on condition of surface. All surfaces to be rinsed with water and allowed to completely dry before application of any primer/ rustoleum and or paint. Wood will be prepped by removing and dust or foreign matter and caulk areas with a greater gap of 1/8 to % inch in width. This agreement will remain in effect for r30, days unless mutually agreed in writing and signed by both parties. Agreement No. 6879 SOUTH COAST PAINTING 1.1 Scope of work: Painting of downstairs Men's and Women's Bathroom located at the Clubhouse. Hallway wall and interior of closet. 1.2 GENERAL EXTERIOR PREPARATION TO INCLUDE: Step 1. Power wash all areas to be painted Step 2. Scrape off all loose paint Step 3. Stucco patch any areas as needed Step 4. Caulk around any windows and doors as needed Step 5. Cover to protect any areas vulnerable to overspray or spillage Step 6. Apply spot primer, Sherwin Williams or equal primer Step 7. Apply two coats Sherwin Williams, color and sheen per owner 1.3 Change Orders: Any changes to this agreement including additional work required, shall be set forth in writing and signed by both parties before the changes, or additional work is said to be complete. 1.4 Cancellation: South Coast Painting maintains the right to cancel this agreement if not accepted within a thirty- day period. Owner may cancel this agreement within forty-eight hours from the date of acceptance. South Coast Painting will accept written notification of cancellation and the reason for such addressed to 28364 S. Western Ave €#465, Rancho Palos Verdes, CA 90275. 2.0 GENERAL CONDITIONS Agreement No. 6879 SOUTH COAST PAINTING 2.1 Job Safety: South Coast Painting will take all necessary precautions when it comes to job - safety. South Coast Painting will make all necessary protective arrangements to prevent project operations from damaging the premises or other operations. 2.2 Storage: South Coast Painting will keep all materials and equipment involved for the project stored in appropriate containers or adequately marked and secured locations. 2.3 Facilities: South Coast Painting will provide portable toilets in a designated area as agreeable by Owner, or Owner will make available facilities for the use during said project. 2.4 Utilities: Owner of property will make available water and electricity as needed for the completion of project described. 2.5 Debris: South Coast Painting will perform all work in an orderly fashion as to clear worksite from unnecessary debris. All work -related trash or clutter will be managed daily. South Coast Painting will also remove all equipment and materials upon completion of project. 2.6 Permits: Owner will obtain all necessary licenses and or permits required for all or any portion of the work to be completed. South Coast Painting will furnish upon request copies of any certificates and or other documents as evidence of compliance with applicable laws, ordinances, or other regulations from various agencies or departments as needed. 2.7 Notices: When applicable South Coast Painting will post all notices to residents one week prior to scheduled work progress. Notices will be placed in common areas, front doors, etc. to provide resident adequate time to prepare and remove items from balconies or patios as needed. Contractor cannot be held responsible for any items left out by resident. 2.8 Insurance / Liability: South Coast Paintings shall provide appropriate worker's compensation coverage and liability insurance to protect against any South Coast Painting negligence. Agreement No. 6879 'UTH COAST PA I N T I N 3.0 SCHEDULE AND WARRANTY 3.1 Project estimated time of completion: 3 days. The contractor will not be responsible for delays caused by fire, natural acts, or for any delay related to the management that is deemed out of control of the contractor. Time is of the essence: Should there be delay in the start of this project by Owner, South Coast Paintings has the right to cancel the contract within 30 days. 3.2 Warranty: South Coast Painting shall provide Warranty for all paint and labor against peeling and flaking for the term of one year from the agreement date herein. Warranty excludes any failure of previous coatings. Warranty does not cover termites, water damage, splitting, or warping wood on this project. 4.0 PAYMENT 4.1 Terms of payment will be agreed as followed: At Completion 42 Total estimate for project will be: $2,080.00 The above contract bid has been read and agreed by both parties, signed below to signify award of project. By: print: Title: Date: South Coast Paintings By: print: State of California License number 892130 dater