Loading...
CONTRACT 7190 One Page Service Agreement CLOSEDAgreement No. 7190 ,r.�. Services Agreement CONTRACTOR: RANC&O- t PON§TRUCTION SERVES LLC DATE: January 27, 2025 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. CC 20 10 11 85 or equivalent. The amount of insurance set forth below will be a combined' single Bruit 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 a "additional inuredrs" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried 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. ® Corn rshera lyeC Tneral Liab4it „ including coverage for premises, products and completed operations, independent contractors, personal injury and contractual obligations with combined single limits of coverage of at least $1,000,000 per occurrence. ® Auto Liability, including owned, non -owned and hired vehicles with at least: ® $1,000,000 per occurrence. ❑ JlggaQQ,300 0fi0 per occurrence. ❑ As required by State Statutes. A copy of your current policy must be submitted naming yourself and or your company. ®Workers' Commnsation Insurance: as required by State Statutes with Waiver of Subrogation- (Not needed if Self-employed with no employees and CONTRACTOR signs statement to this effect.) ® Business Lich: 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. ❑ Coov of valid gictura LD„ (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 (VW FAX OR HARD COPY) BY THE PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY. Submitted b Lcomplete all blanks):COLOR COPY REQUIRED BACKTO THE CITY Date initiated: 30 Tr City Manager PW 25-06 Contract Revised 414/24 Agreement No. 7190 1.GENERALLY. The materials, supplies, or services (collectively, "Purchase") covered by this services agreement and purchase order ("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 this 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 a part 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 of this order. 2.INSPECTION. The Purchase furnished must be exactly as specified in this order, free from all defects in Seller's performance, design, workmanship, and materials, and, except as otherwise provided, is subject to inspection and test by City at all times and places. If, before final acceptance, any Purchase is found to be incomplete, or not as specified, City may reject it, require Seller to correct it without charge, or require delivery of such Purchase at a reduction in price that is equitable under the circumstances. If seller is unable or refuses to correct such items within a time deemed reasonable by City, City may terminate the order in whole or in part. Seller bears all risks as to rejected Purchases and, in addition to any costs for which Seller may become liable to City under other provisions of this order, must reimburse City for all transportation costs, other related costs incurred, or payments to Seller in accordance with the terms of this order for unaccepted Purchases. Notwithstanding City's acceptance of any Purchase, Seller is liable for latent defects, fraud, or such gross mistakes as constitute fraud. 3.CHANGES. City may make changes within the general scope of this order in drawings and specifications for specially manufactured supplies, place of delivery, method of shipment or packing of the order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of or the time required for performance of this order, an equitable adjustment in the price or delivery or both must be made. No change by Seller is allowed without City's written approval. Any claim by Seller for an adjustment under this section must be made in writing within thirty (30) days from the date of receipt by Seller of notification of such change unless City waives this condition in writing. Nothing in this section excuses Seller from proceeding with performance of the order as changed. 4. TERMINATION. City may terminate this order at any time, either verbally or in writing, with or without cause. Should termination occur, City will pay Seller as full performance until 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 Seller's default if Seller refuses or fails to comply with this order. If Seller does not cure such failure within a reasonable time period, or fails to perform the Purchase within the time specified (or allowed by extension), Seller will be liable to City for any excess costs incurred by City. 5.TERM 1 TIME EXTENSION. This Agreement's term will be from JANUARY 1, 2025 to JUNE 30, 2025 City may extend the time for completion if, in City's sole determination, Seller was delayed because of causes beyond Seller's control and without Seller's fault or negligence. In the event delay was caused by City, Seller's sole remedy is limited to recovering money actually and necessarily expended by Seller because of the delay; there is no right to recover anticipated profit. &REMEDIES CUMULATIVE. City's rights and remedies under this order are not exclusive and are in addition to any legal rights and remedies. 7.TITLE. Title to materials and supplies purchased under this order pass directly from Seller to City upon City's written acceptance following an actual inspection and City's opportunity to reject. &PAYMENT. City will pay Seller after receiving acceptable invoices for materials and supplies delivered and accepted or services rendered and accepted. City will not pay cartage, shipping, packaging or boxing expenses unless specified in this order. Drafts will not be honored. 9.INDEMNIFICATION. Seller agrees to indemnify and hold City harmless from and against any claim, action, damages, costs (including, 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, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of the Purchase or order, or their performance, Seller will defend City (at City's request and with counsel satisfactory to City) and indemnify City for any judgment rendered against it or any sums paid out in settlement or otherwise, For purposes of this section "City" includes City's officers, elected officials, and employees. It is expressly understood and agreed that the foregoing provisions will survive termination of this order. The requirements as to the types and limits of insurance coverage to be maintained by Seller, and any approval of such insurance by City, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by Seller pursuant to this order, including, without limitation, to the provisions concerning indemnification. 10.WARRANTY. Seller agrees that the Purchase is covered by the most favorable commercial warranties the Seller gives to any customer for the same or substantially similar supplies or services, or such other more favorable warranties as is specified in this order. Warranties will be effective notwithstanding any inspection or acceptance of the Purchase by City. %ASSIGNMENT. City may assign this order. Except as to any payment due under this order, Seller may not assign or subcontract the order without City's written approval. Should City give consent, it will not relieve Seller from any obligations under this order and any transferee or subcontractor will be considered Seller's agent. 12.INSURANCE. Seller must provide the insurance indicated on the face sheet of this Services Agreement. 13.PERMITS. Seller must procure all necessary permits and licenses, and abide by all federal, state, and local laws, for performing this order. 14.INDEPENDENT CONTRACTOR. City and Seller agree that Seller will act as an independent contractor and will have control of all work and the manner in which is it performed. Seller will be free to contract for similar service to be performed for other employers while under contract with City. Seller 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 order that may appear to give City the right to direct Seller as to the details of doing the work or to exercise a measure of control over the work means that Seller will follow the direction of the City as to end results of the work only. 15.WAIVER. City's review or acceptance of, or payment for, work product prepared by Seller under this order will not be construed to operate as a waiver of any rights City may have under this 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 not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this order, whether of the same or different character. %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. 17. PREVAILING WAGES. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, Seller must a its workers evaili'n PW 25-03 Contract Agreement No. 7190 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 J/W w 'ir a. owe/D PV D. 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 AI 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 $10,686 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 Agreement No. 7190 "ABMICHUFTi EXHIBIT A CONSTRUCTION SERVICES Temporary Energy Dissipation City of El Segundo — Basin Support Attn: James Rice, Cheryl Ebert DISABLED VETERAN Date: 11/17/2024, Rev 101/14/2025 B V B E ... IEMMZMMEEM�� IsOMESS EKIERPMSC Table A: Line Items and Estimated Unit Prici I Mobilization/Dleimobil . i .. zation EA 1 $4,631 $4,631 2 Gravel Bag Install LF 250 $12.50 $3,125 3 Soil Binder - Tackifier SCJ`T_ JJ)00 5033 $9,30 4 TeirriiDoirary Water Il eter [Ol(pfiorial & Only IfRequired) is 1 $2,000 $2,000 Table B: General Assumptions & Notes Assumptions/Notes I I .......... i TRe unit prices for al IBM pstthis roposaU are not valid asstari prices. Unit prices may change if Bancroft i5selected individual items onl 2 Unit prices for BMP's are sobject to chap per Bancrofts discretion orice the SWPPP olanes, 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 data in material sui 4 Any project trainig, kickoff, or orientation re .wired 6s not included in this ro -osal and wi�.11 pa -a billed at the hourf rates rovida::ri, 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 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 propo5A If Bancroft is required to stake installation and application locations, additional costs will be required, 7 This proposal assumes that Bancroft will have access to the contractor's/client's $ta in area to stage vehicles, trailers, and material for the 8 Material Including but not limited to rri seed, 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 procu rement dates. Bancroft t 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 is not 9 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 ereposal,- 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 ofaworkdi to account for crew Overtime Rates: All Overtime and double time will apply after an Shr shift see rates below. • LABOR STRAIGHT TIME: 8 hirs., per man, per hour (Monday - Friday) - Straight Pay at T&M Rate 11 • LABOR OVERTIME: 8-12 hrs., per man, per hour (i Saturday up to 12 hours) - Pay at 1.Sx T&M Rate • LABOR DOLIBLETti All hrs. Over 12, Rer man, per hour (including all Sunday) - Pay at 2x T&M..Rate 12 The bid assumes the prim of fuel does not exceed S6/Gailon. Additional! costs ay if fuel fires exceed assom tons. Mobilization costs to be billed at onset of initial BMP installation scope for rowal each WL)rking ktLicirt fil migIfi&_4t one time and includes demobilization cost. At the time of bid the project is anticipated to have one (1) crew at one (1) work location, moving linearly with the project. Additional 3 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 mobilization unlit rates may occur or T&M rates may apply. 14 If waste management (dumpsters) are required and are not available, additional dump fees may apply as a cost plus 20% fee. This 11 proposal assumes at minimum 250 LF for Sediment Controls are available for installation/'application for the crew. Bancroft is not responsible for 15 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 or use 16 of equipment for these porpostis. if field condiflons require a deviation from this assumption unit rates do not apply, and a chain eordeirisreticited. 17 tfwaste management (dumestersl are not available additional 18 This eroposat assumes Bancroft is signato!J to Onion Labor, Union labor can be utilized for activities within the sc2Ee of the Laborers Union, This proposal assumes that sufficient water is readily available within 5 miles of of the project site for Bancrofti 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 19 hour for all areas more than 5 miles away from primary water source. If production delays occur because of water transport, procurement or water source mana&ernent T&M rates may apply. Soil Binder includes application of a Tackifier at an application rate of 150 lbs/acre or functional equivalent. This proposal assumes at minimum 1,000 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 20 any 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 oi This pridrig includes"Cannon" work only, if "'Hose"" work is required, T&M rates will a,eply. Soil Binder Line Item(s) assumes a (8) hour workday for up to (4) Bancroft Crew, (2) Crew Trucks, (1) Water Buffalo Trailer, and (1) Hydroseeder. Once 21 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 -1 equipment plus material costs plos 20% procurement fee. I 4840 Tarantella Ln, San Diego, CA 92130 Telephone: (310) 739-2932 1 Email: aprice@bancroftcs.com Agreement No. 90 '"!8firicROFT 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, %)� %A Ashley Driscoll, Owner 4840 Tarantella Ln, San Diego, CA 92130 Telephone: (310) 739-2932 1 Email: aprice@bancroftcs.com Agreement No. 7190 Sandhill Basin Temporary Erosion Control Installation Scope Exhibit 2 01,1 NEATER TOE W, 8514M m 14 1, LA i EA F S.6 82.62 ..... 74, WK V E 6 „ � IC Dahl binder fin this s WD v ��r I appr ��� .1,00 III � PW u St�—STORY 32.85 pA i ER �•/" a 6AWOO RF F n5 77.94 VEGETATIQN 79„i$' U / 75�.l77 z 9 ll�1 I1% � fiI 7 7'7M fl,fln U IIFu rii uf,^ a 31 06 rY�(� 7ZI 9P. un����rou ^fir rw N� a;, Ilui Iluuulmlla ,✓ AC, r � lr I t 4i tr �" ,� ,. '��u'�"l �ifcHl'��VV VsVu �Vr�liciilll"V� :��811�,. I FSA �,,, , . „• L;r T I nr Y w (G7 19"V A)b' .,FUF" a 7 L 1 �� M,��L„ " 6 A..,Lw. "dJt^"Ac" cum � p q 4 wl Y... Y ray P �{ \�6' ^u�..SA 6'P w 55.IZmo 6 LA 7t E AC m y » r &5.7a fr a i F A — SUF!;F!!ACE fly ET AC OAK AVENUE L (PUBLIC 57REE7) LA 1 �r4 L N 4 NI ,r p _ SIIlIPoIII �II'III IL�I��.�.�� 8532 f r'5A N.T.S.