Loading...
CONTRACT 7171 One Page Service Agreement CLOSEDAgreement No. 7171 Services Agreement CONTRACTOR. YALCRODE COS UCTION ERVICES I.L DATE: December 17.2024 Below you will find a checklist relating to Insurance and other requirements that are required for doing business with the City of El Segundo, Only those items checked -off are MANDATORY, however if your standard policies exceed the minimum requirements please include. Commercial general liability Insurance must meet or exceed the requirements of ISO-CGL Form No, CD 20 10 1185 or equivalent. The amount of insurance set forth below 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 the City, its officials, and employees as "Aaddltlonal inisurede" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carded by the City will be excess thereto. Such insurance must 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 the City. Please find additional Terms and Conditions on the reverse side of this Services Agreement. This is not a purchase order or an authorization to begin work. C-0-m-ar-eh—e-n-si-ve--General -Liability, including coverage for premises, products and completed operations, independent contractors, personal injury and contractual obligations with combined single limits of coverage of at least J1&00,,000 per occurrence. Auto Liability, including owned, non -owned and hired vehicles with at least 0 $ 1. 000, 000 per occurrence. ❑ JI00000 - 300,000 per occurrence. ❑ As required by State Statutes. A copy of your current policy must be submitted naming yourself and or your company, Workers," COMDensation Insurance: as required by State Statutes with Waiver of Subroqatign. (Not needed if Self-employed with no employees and CONTRACTOR signs statement to this effect.) Business License: The CONTRACTOR shall agree to have a current City of El Segundo license on file at City Hall or purchase said license (at no cost to the City). ❑ Permits;: Plans must be approved and permit(s) issued (no fee) by the Planning and Building Safety if appropriate. Call the Planning Manager @ (310) 524-2340 if you have questions. ❑ Co Dy of valid p ict u re I . Q, (Drivers license etc.) PLEASE NOTE: ALL APPLICABLE INFORMATION LISTED ABOVE MUST BE OBTAINED AND ON FILE, PRIOR TO THE ISSUANCE OF A CITY PURCHASE ORDER BEING SENT TO YOU (VIA FAX OR HARD COPY) BY THE PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY. Submitted by corn lee ail blanks): COI OR COPY REQUIRED BACK TO THE Ct"T"Y Date initiated: ate Appreved- 2, City Manager PW 25-03 Contract Revised 4/4/24 Agreement No. 7171 1.GENERALLY. The motehub, ouppliem, or aomicoo (collectively, "Purchase") ("order") must be furnished by Seller subject to all the terms and conditions contained in this order which Seller, in accepting this order, agrees to be bound by and comply with in all particulars, No other terms or conditions are binding upon the parties unless Subsequently agreed to in writing, Written acceptance or shipment of all or any portion of the Purchase covered by lMs order constitutes unqualified acceptance of all terms and conditions in this order. The terms of any proposal referred to in this order are included and made opart of the order only to the extent it specified the Purchase ordered, the price, and the delivery, and then only to the extent that such terms are consistent with the terms and conditions ufthis order. 2JNSP2CllON. The Purchase furnished must boexactly anspecified in this ondor, hno from all defects in Seller's porfonnonon, dooiOn, workmanship, and materials, and, except aootherwise provided, ix subject boinspection and test byCity atall times and places. If, before final acceptance, any Purchase is found to be incomplete, or not as specified, City may reject 4.require Seller Vocorrect it without charge, or require delivery ufsuch Purchase atareduction inprice that |eequitable under the circumstances, If seller is unable or refuses to correct such items within otimo deemed reasonable by City, City may terminate the order inwhole orinpart. Seller bears all risks antorejected Purchases and, in addition to any costs for which Seller may become liable to City under other provisions ofthis order, must reimburse City for all transportation oosta, other related oodo inourrod, orpayments toSeller inaccordance with the terms ofthis order for unaccepted Purchases. Notwithstanding City'o acceptance of any Pumhuoo. 8aUor is liable for latent defects, fraud, msuch gross mistakes aoconstitute fraud. 3.CHANGES.City may make changes within the general scope ofthis order indrawings and specifications for specially manufactured supplies, place nfdelivery, method ofshipment orpacking ofthe order bygiving notice hoSeller and subsequently confirming such changes inwriting. |f such changes affect the cost oforthe time required for podbnnonoo of this order, unequitable adjustment inthe price nrdelivery orboth must be made. Nochange bySeller ioallowed without City'uwritten approval. Any claim bySeller for muadjustment under this section must bemade inwriting within thirty (30days from the date ofreceipt bySeller mf notification of such ohumgw unless City waives this condition in writing. Nothing inthis section excuses Seller from proceeding with performance ofthe order oochanged. 4. TERMINATION. City may terminate this order at any time, either verbally or in writing, with or without cause. Should termination occur, City WiVpay Seller a$ fulf performance unlit such termination, the unit or pro rata order price for the performed and accepted portion of the Purchase, City may provide written notice of termination for Sellers default ifSeller refuses orfails hocomply with this order. /fSeller does not cure such failure within ureasonable time period, orfails toperform the Purchase within the time specified (or allowed by extension), Seller will boliable toCity for any excess costs incurred by City S.TGRM /T|MG EXTENSION. This Agreement's term will be from NOVEMBER8,2O24toJUNE3O.2O2SCity may extend the time for completion if, inCity^$sole determination, Seller was delayed because mf causes beyond Seller's control and wdfthnutSellers fault ur negligence. In the event delay was caused byCity, Seller's sole remedy inlimited to recovering money actually and necessarily expended bySeller because of the deilay;there ionotight k/recover anticipated profit. G.REMEDIES CUMULATIVE. Cdvorights and remedies under this order are not exclusive and are inaddition boany legal rights and remedies. T.T|TUE. Tido to mutoho|u and supplies purchased under this order pass directly from Seller toCity upon Cih/awritten acceptance following 8PAYNENT City will pay Seller after receiving acceptable invoices for materials and supplies delivered and accepted orservices rendered and accepted, City will not pay cartage, shipping, packaging or boxing expenses unless specified inthis onder. Drafts will not bohonored. 9.|NDE08NKFlCAT%3N^ Seller agrees to indemnify and Mm|d City harmless from and against any claim, action, damages, costs (induding. without limitation, attorney's fees), injuries, or liability, arising out of the Purchase or the order, or their performance. Should City be named in any suit, mshould any claim babrought against ithysuit motherwise, whether the same bagroundless ornot, arising out ofthe Purchase or order, ortheir performance, Seller will defend City (at Qh/orequest and with counsel satisfactory to City) and indemnify City for any judgment rendered against itorany sums paid out insettlement orotherwise, For purposes, of this section "City" includes C|b/s offioen$, elected officials, and employees. It is expressly understood and agreed that the foregoing rovisi $wd|isnmivetermimat1onofthisgrdec The reguWeinunb$ as to the types and ljn�bs of insurance to b maintained by Seller, and any approval of such insurance by City, are not intended to and will not in any manner limit orqualify the liabilities and obligations otherwise assumed by Seller pursuant to this order. including, without limitation, huthe provisions concerning indemnification, 10.WARPANTi 8mHmr agrees that the Purchase is covered by the most favorable commercial warranties the Seller gives toany customer for the same nrsubstantially similar supplies or services, or such other more favorable warranties as is specified in this order. Warranties will be oMeoUvo notwithstanding any inspection or acceptance of the Purchase byCity. 11.ASS|GNMENT. City may uooi0n this order. Except as to any payment due under this order, Seller may not assign orsubcontract the order without City'xwritten approval. Should City give consent, itwill not relieve Seller from any obligations under this order and any transferee ur subcontractor will boconsidered Seller's agent. 12]NSUB&NCE. Seller must provide the insurance indicated on the face sheet ofthis Services Agreement. 113.PERM|TS. Seller must procure all necessary permits and |ioonaao. and abide byall federal, state, and local laws, for performing this order. 14]NDE9ENDENTCOWTRACFOR. City and Seller agree that Seller will act aoanindependent contractor and will have control ofall work and the manner in which in it performed. Seller will bofree bn contract for similar service to be performed for other employers while under contract with City. So||or is not an agent or employee of City and is not entitled huparticipate inany pension p|an, inoumnoo, bonus orsimilar bmnmfibaCity provides for its employees. Any provision inthis order that may appear /ogive City the ' htho direct Se0erash/the details ofdoing the work wrtoexercise ameasure ofcontrol over the work means that GaUar will follow the direction of the City as to end mou|tn of the work only. 15.WA|KER. City'o review or a000ptonoo of, or payment for, work product prepared by Seller under this order will not be omm$rmed to operate as a waiveroV any rights City may have underthis Agreement or of any cause of action arising from Seller's performance, A waiver by City of any breach of any term, covenant, or condition contained in this order will no( °edeemed """"a waiver °^ any subsequent breach "` the � same orany other term, covenant, or condition contained inthis order, � whether ofthe same nrdifferent character. YGJNTERPRETATON. This Agreement was drafted in, and will bo construed inaccordance with the laws ofthe State o[California, and Agreement No. 7171 ............ wage. It is Seller's responsibility to interpret and implement any prevailing wage requirements and Seller agrees to pay any penalty or civil damage resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from City's Engineering Division or the website for State of California Prevailing wage determination at htt ;/P .dir,ca.00v]DLSR�'PWD,. A copy of the prevailing rate of per diem wages must be posted at the job site. 18. ARTIFICIAL INTELLIGENCE. Seller must not utilize, employ, or incorporate any form artificial intelligence, machine learning, or other similar technologies (collectively, "Al") in the provision of professional services in this Agreement without City's express written consent. The Al prohibition set forth directly above will not apply to general business tools and software that may have Al components but are not directly involved in the execution or delivery of professional services that this Agreement covers, provided that such tools and software do not significantly impact the quality or nature of such services. Seller must promptly notify City, in writing, of any proposal to employ Al in connection its provision of services to the City under this Agreement. City will have the sole discretion to grant or deny such proposal. 19. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. In accordance with Government Code §16.5, the parties agree that this Amendment 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. Seller warrants that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind Licensor accordingly. 20. CONSISTENCY. In interpreting this Agreement and resolving any ambiguities, this Agreement takes precedence over any attached exhibit with conflicting provisions. 21. CONSIDERATION. As consideration, City agrees to pay Seller for Seller's services not to exceed a total of $10,386 for the work. City will pay for work as specified in the attached Exhibit "A," which is incorporated by reference. 22. EXHIBITS. Refer to attached Exhibit "A" PW 25-03 Contract Table A: Line Items and Estimated Unit Prici 1 Mobilization/Demobilization EA 1 $4,631 $4,631 2 Gravel Bag Install 3 Plastic Sheeting/Cover Install 300 SQFT 2188 $12.50 $3,750 $0.65 $1,422 4 Soil Binder - Tackifier SQFT 627 $0.93 $583 Table B! General Assumntions & Notes ss 1 motions/Notes The unit prices for all BMPs in this p�ropasal are not valid as, stand-alone prnc;+cs. Unit prices rruay change of Sane'.roft is selected for individ'.ua9 items only.. 2 Unit prices for BMPs are subject to change per Bancroft's discretion once the SWPPP plans„ installation locations, and quantities are finalized. Bancroft will put forth best efforts to accommodate the project schedule. Bancroft requires at least 4-weeks' advance notice for a guaranteed work date 3 unless there are delays in material supply chain. 4 Amy:project training,, Iklck:off, or ot'leokadoru rtG ui6red is not lrtceinded in this proposal and will bye Milled at the hourly rates rovdde.d. This proposal assumes that all equipment required to complete the tasks in Table A above will be able to access the proposed installation or application location(s) within a short walking distance, defined per Bancroft's discretion. If this assumption is not true, additional costs will be required to 5 accommodate any special equipment, delays for hiking, or delays for detours. Additional costs will be billed at the hourly rate for the equipment and crew. All installation and application locations must be staked) or clearly defined such that Bancroft can easily perform tasks. No surveying or staking is included 6 in This proposal. If Bancroft is required to stake installation and application locations, additional costs will be required 7 This pro osal assumes that Bancroft will have access to the contractors/client's sea In area to stage vehicles,„ Vailers, and material for the job, 8 Material induding but not Ilmrted to mulch„ sexed compost will be billed in full the same month of purchase. Material is subject to availability and pricing is valid for 60 business days. Costs are subject to change depending on material procurement dates. Bancroft is not to be held liable for delays in material availability. Changes in material pricing will impact Bancroft's final bid numbers both at time of award and 9 time of execution. Material prices are subject to confirmation and acceptance by Bancroft at the time of contract procurement. Other materials a re not included in this proposal. Crew shifts are Portal to Portal (i.e. Shift Starts: Yard - Project Site - Yard: Shift Ends). This accounts for crew member hours and delineates the beginning 10 and end of a workday to account for crew hours. Overtime Rates: All Overtime and double time will apply after an 8hr shift see rates below. • LABOR STRAIGHT TIME: 8 hrs., per man, per hour (Monday - Friday) — Straight Pay at T&M Rate 11 • LABOR OVERTIME: 8-12 hrs., per man, per hour (M-F, Saturday up to 12 hours) — Pay at 1.5x T&M Rate • LABOR DOUBLETIME: All hrs. Over 12, per Gran„ per hour lIncluding all Sunday) • Pay at 2'x'T'&M Rate 12 The bid assumes the price of fuel does not exceed $ta/Gallori. Additional costs apply if fuel rises exceed assurnptaons, Daily miles for BMP Maintenance/Removal over 100 miles will be billed at the federal reimbursement rate. This protects Bancroft from non -linear or 13 excessive request clufing BMP Maintenance/Removal activities. If sequencing of construction activities or documented delays (i.e. construction traffic, road conditions, road closures, sequencing, etc.) results in travel 14 times that exceed 15 minutes (i.e. transit to, from or between individual work locations), T&M rates may, apply, This bid assumes site availability is linear in nature at each independent heading and travel time is included within the bid items. If site availability is not 15 linear in nature, any documented delays in re• routkn' the crew from location to location may be subject to T&M rates ma a ly, Mobilization costs to be billed at onset of initial BMP installation scope for each crew at each workln location if in, I i le at one ti—I and includes demobilization cost. At the time of bid the project is anticipated to have one (1) crew atone (1) work location, moving linearly with the project. Additional 16 mobilization costs do not apply if scope is linear, and the crew is shifting from one activity to another. Cost includes mobilization of Bancroft staff and equipment. If construction delays result in the demobilization before project completion or if the mobilization of additional staff/equipment is required, additional nroobilization unit rates may occur or T&M rates may apply. 17 If waste management Id.umpsters) are required, and are not available, additlona.l dump fees rniay apply as a tusk plus 20%fee. This proposal assumes that sufficient water i4 readily available within 5 miles of of the project site for Bancroft's use for all erosion control tasks at no cost. If water procurement is required, the erosion control costs In this proposal are not valid. A 4,000-gallon water truck by others will be required every 18 hourfor all areas more than 5 miles away from primary water source. If production delays occur because of water transport, procurement or water source management T&M rates mray'asp y. Soil Binder includes aptilka ti an of a, Tackifier at an application rate of 2,000lbs/acre or functional equivalent. This proppsall assumes at minimum 527 SQFT are available for the crew. Proposal assumes seed mix is not required. No soil preparation, fertilizer, rock or any other material or task is included. If any 19 other erosion control product, seed, or application rate is required, additional costs may be required. Scope of work assumes that mulch will be sprayed via cannon only. This pricing includes "Cannon" work only, if "Hose" work is required, T&M rates will apply. Sail' Binder' Line Item(s) assumes a (8) hour workday for up to (4) Bancroft Crew, (2) Crew Trucks,. (1.) Water Buffalo Trailer, and (1) 1 ydrosead'per. Once 20 quantities are completed for items in Table A, all additional installation, maintenance, and removal labor will be billed at the T&M rates for labor and equipment plus material costs plus 2'0 procuremG nt fee. 4840 Tarantella Ln, San Diego, CA 92130 Telephone: (310) 739-2932 1 Email: aprice@bancroftcs.com reement No. 7171 B�NCWFT CONSTRUCTION SERVICES This proposal assumes at minimum 251 LF for Sediment Controls are available for installation/application for the crew. Bancroft is not responsible for 21 sequencing any items above or meeting any daily quotas for installation or application. If crews experience delays due to sequencing, BMP Maintenance Day unit rate will apply. Gravel Bags includes green monofilament gravel bags filled with #3 rock.. No clearing„ grubbing or ground prep work is assumed for BMP installation cruse 22 of equlpmcnt for these purposes. If field conditions require a deviation from this arsumptlon unit rates do not apply, and a cdrart a order is re tair'bd. 23 If waste management (durn sters are not available additional dump fees may apply as a cost pdatl$ 20%fee. This proposal assumes that sufficient water is readily available within five (5) miles of the project site liar Bancroft's use for all erosion control task.$ at no cost. If water procurement is required, the erosion control costs in this proposal are not valid. A 4,000-gallon water truck by others will be required every 24 hour for all areas more than five (5) miles away from primary water source. If production delays occur because of water transport, procurement or water source management T&M rates may a d . Bancroft understands this project has a Project Labor Agreement (PLA) and all work has been claimed by IBEW Local 47, Per the PLA, "specialty services" are exempt from this agreement even if they are performed on the project. This proposal assumes restoration activities ('p.e. hydroseeding and 25 installation/maintenance of erosion and sediment controls) are considered a specialty service and are therefore exempt from this agreement. If this assumption is incorrect„ additional cost(s) may apply„ BMP Malmanance/Benvva'I includes all scopes related to this project. BMP maintenance shall include the removal of BMPs once the project is complete. 26 If weekend or ho4day work is regmadrecd, T&M a aappment/labor rates plus 20% markup will apply. 27 This proposal assurres Bancroft is signatory to Union Labor. Union labor can be utilized for activities within the scope of the. Laborers Union. 4840 Tarantella Ln, San Diego, CA 92130 Telephone: (310) 739-2932 1 Email: aprice@bancroftcs.com '�%BEH Nreement bLo UO CONSTRUCTION SERVICES General Conditions: - All provisions/notes/assumptions must be agreed upon between both parties before the contract can be signed. - Deviation from the assumptions or inclusions in the Notes will require changes to this proposal. - Our firm shall not be liable for any delays, accidents, or losses due to the elements, labor disputes, strikes, lockouts, Acts of God, fires, landslides, earthquakes, theft, vandalism, inclemency of the weather, changes ordered in the work, unavoidable casualties, the acts or omissions of owners or persons or any other similar or dissimilar causes beyond the control of our firm. Delays for any reason will be billed at the hourly rates for the corresponding personnel in this proposal. - To the fullest extent permitted by law, prime contractor shall indemnify, defend and hold harmless Bancroft Construction Services, LLC as provided in the contract against claims and expenses arising out of or resulting from Performance of any work, provided that such claim or expense is attributed to bodily injury, sickness, disease or death, or injury, to or destruction of tangible property (other than the work itself) including the loss of use Resulting therefrom, but only to the extent caused or alleged to be cause in whole or in part by the negligent acts or omissions of subcontractor, anyone directly or indirectly employed by the prime contractor or anyone for whose acts the prime contractor may be liable, regardless of whether or not such claim, damage, loss or expense in cause in part by party indemnity hereunder. - This project assumes no project labor agreement is in place. - This proposal assumes the prime contractor has Payment Terms that are Net 45. If assumption differs, Bancroft reserves the right to update pricing to reflect lending costs. If net 45 payment terms, all services are to be paid for Net 45. A 3% monthly finance charge to apply after unpaid invoices pass 45 days. - Bancroft will not participate in Early Payment Credit if applicable via this sub or prime contract. - If the project duration extends beyond 2026, an automated minimum increase of 10% will occur annually for all line items in this proposal. - Prices are subject to change based on approval of the final plans and field site assessment. - Prices are subject to change if the proposal is not accepted within 90 days, or the project commences after 180 days of submittal. - Bancroft reserves the right to subcontract work to complete any project scope. - Traffic control for the purpose of completing this work is not included in this proposal. Price Excludes: - Price excludes any other item not listed in this proposal, DBE # 49668 DVBE # 2005475 WBE # 17000434 DIR # 1000577841 CA Contractor's License #1068621 CALTRANS approved NAICS Codes: 488490 — Other Support Activities for Road Transportation: Street Sweeper 484220 — Specialized Freight Trucking: Water Truck 564730 — Landscaping Services: Hydroseeding 541620— Environmental Consulting: SWPPP, Bio etc. Thank you for the opportunity to support your Team! Sincerely, Ashley Driscoll, Owner 4840 Tarantella Ln, San Diego, CA 92130 Telephone: (310) 739-2932 1 Email: aprice@bancroftcs.com Agreement No. 7171 Agreement No. 7171 i►