Loading...
CONTRACT 7417 Public Works ContractAgreement No. 7417 05/2025 PUBLIC WORKS AGREEMENT BETWEEN w. THE CITY OF EL SEGUNDO AND SOUTH COAST PAINTING, INC. GM 25-19 LIBRARY PAINTING PROJECT (CITY COUNCIL MUST APPROVE CONTRACTS GREATER THAN $60,0001 This CONTRACT is entered into this 19THday of AUGUST 2025 ("Effective Date") by and between the City of El Segundo, a municipal corporation and general law city ("City") and SOUTH COAST PAINTING INC. a CALIFORNIA CORPORATION Contractor"). 1. WORK. A. The Contractor shall perform all work required by and set forth in the Contract Documents (the "Work") in a good and workmanlike manner for the project identified in the Contract Documents, as attached hereto and incorporated by reference. The Contractor agrees to perform additional work arising from changes ordered by the City in accordance with the Contract Documents. B. The Contractor shall furnish all of the labor; supplies and materials; equipment; printing; vehicles; transportation; office space and facilities; all tests, testing and analyses; and all matters whatsoever (except as otherwise expressly specified to be furnished by the City) needed to perform and complete the Work and provide the services required of the Contractor by the Contract Documents. C. The Contractor and the City agree to abide by the terms and conditions contained in the Contract Documents. "Contract Documents" means this Contract and the following, as applicable: • Notice Inviting Bids; • Instructions to Bidders; • Supplementary Instructions to Bidders; • Bid Proposal and Bid Bond; • Standard Specifications; • Supplementary Conditions; • Exhibits; Insurance Requirements; • Labor and Material Payment Bond; • Performance Bond • Technical Specifications; • List of Drawings; • Drawings; • Addenda; • Notice to Proceed; • Change Orders; Page 13 Agreement No. 7417 0 Notice of Completion. "Contract Documents" also includes all other documents identified in the Contract Documents which together form the contract between the City and the Contractor for the Work. The Contract Documents constitute the complete agreement between the City and the Contractor and supersede any previous agreements or understandings. 2. CONTRACT SUM. In consideration of the services rendered hereunder, the City shall pay the Contractor a sum not to exceed amount of THIRTY TWO THOUSAND NINE HUNDRED ($32,900) for the Work in the manner set forth in the Contract Documents, in accordance with the prices set forth therein. Contractor shall provide City with a monthly invoice for current completed work. The City shall make payments within thirty- five (35) days after receipt of the Contractor's undisputed and properly submitted invoice, including an updated schedule of work. The City shall return to the Contractor any invoice determined not to be a proper payment request as soon as practicable, but not later than seven (7) days after receipt and shall explain in writing the reasons why the payment request is not proper. Contractor shall have seven days from written notice of improper payment request to submit a revised request satisfactory to the City. Payment for a properly revised payment request shall then be paid by the City within a reasonable period thereafter. 3. SECURITIES AND BONDS. Within ten (10) working days of the Effective Date of this Contract, the Contractor shall furnish a labor and material payment bond in an amount equal to one hundred percent (100%) of the Contract Sum, and a faithful performance bond in the amount equal to one hundred percent (100%) of the Contract Sum. Said bonds shall be secured from a surety company admitted and authorized to do business in California as such and satisfactory to the City. Upon filing the Notice of Completion, the Contractor shall be required to maintain a labor and material payment bond for a period of seven (7) months. Additionally, the faithful performance bond amount shall be reduced to an amount equal to fifteen percent (15%) of the Contract Sum and shall remain in effect until the end of all warranty periods set forth in the Contract Documents, or, if no warranty period is specified, for a period of twelve (12) months after filing of the Notice of Completion. (Note: Securities are not required if Contract Sum is less than $25,000.) 4. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, Contractor will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: Commercial general liability Business automobile liability Limits $2,000,000 per occurrence $1,000,000 per occurrence Page 2 Agreement No. 7417 Workers Compensation Statutory Requirement (only if Contractor has employees) *The city has the option to increase the limits as required for more complex and major waterworks, sanitation, and road pavement projects. 13. Commercial general liability ("CGL") insurance must meet or exceed the requirements of ISO-CGL Form No. Form CG 00 01 04 13, or equivalent, covering CGL on an "occurrence" basis, including property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. C. For automobiles, the insurance must meet or exceed the requirements of Insurance Services Office Form Number CA 0001 covering Code 1 (any auto), or, if Contractor provides proof of a personal automobile policy, such personal policy must include and indicate business venture coverage with limits no less than $1,000,000 per accident for bodily injury and property damage. If Contractor has no owned autos, Code 8 (hired) and 9 (non - owned), with limits no less than $1,000,000 per accident for bodily injury and property damage must be included in coverage. D. 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. City's additional insured status will apply with respect to liability and defense of suits arising out of Contractor's acts or omissions. 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, and the notice must include any necessary endorsement to facilitate such notice to City. E. Required Insurance Endorsement Language: Additional Insured Endorsement with this language: "The City of El Segundo, its elected and appointed officials, employees, and volunteers as additional insureds." Cancellation Endorsement with this language: "The City of El Segundo will receive thirty (30) days written notice in the event of cancellation, nonrenewed or reduction." Page 3 Agreement No. 7417 iii. Primary and Non -Contributory Endorsement with this language: "Coverage is primary and non-contributory such that any other insurance that may be carried by the City will be excess thereto." F. Contractor will furnish to City valid Certificates of Insurance evidencing maintenance of the insurance required under this Agreement, a copy of an Additional Insured endorsement confirming CITY has been given Additional Insured status under the Contractor's General Liability policy, 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." G. 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 pursuant to Section 7. 5. TIME FOR PERFORMANCE. A. The Contractor will fully complete the Work by JUNE 30,2026 ("Project Completion Date"). The Contract Documents will supersede any conflicting provisions included on the Notice to Proceed issued pursuant to this Contract. B. The Contractor may not perform any Work until: The Contractor furnishes proof of insurance as required by the Contract Documents; and ii. The City gives the Contractor a written, signed, and numbered purchase order and Notice to Proceed. C. By signing this Contract, the Contractor represents to the City that the Project Completion Date is reasonable for completion of the Work and that the Contractor will complete the Work by that date. D. Should the Contractor begin the Work before receiving written authorization to proceed, any such Work is at the Contractor's own cost and risk. 6. DELAYS AND EXTENSIONS OF TIME. A. General. Unless otherwise agreed in writing, an adjustment to the Project Completion Date by reason of a Change Order shall be agreed to at the time the Change Order is issued and accepted by Contractor. B. Extensions of Time. In the event it is deemed appropriate by the City to extend the time for completion of the Work, any such extension shall not Page 4 Agreement No. 7417 release any guarantee for the Work required by the Contract Documents, nor shall any such extension of time relieve or release the Sureties on the Bonds executed. In executing such Bonds, the Sureties shall be deemed to have expressly agreed to any such extensions of time. The amount of time allowed by an extension of time shall be limited to the period of the delay giving rise to the same as determined by the City. Notwithstanding any dispute which may arise in connection with a claim for adjustment of the Project Completion Date, the Contractor shall promptly proceed with the Work. C. Payment for Delays. Notwithstanding any other terms and conditions of the Contract Documents, the City shall have no obligation whatsoever to increase the Contract Sum or extend the time for delays. Unless compensation and/or markup is agreed upon by the City, the Contractor agrees that no payment of compensation of any kind shall be made to the Contractor for damages or increased overhead costs caused by any delays in the progress of the Contract, whether such delays are avoidable or unavoidable or caused by any act or omission of the City or its agents. Any accepted delay claim shall be fully compensated for by an extension of time to complete the performance of the Work. 7. TERM AND TERMINATION. The Contract is effective as of the Effective Date stated in the first paragraph of this Contract and shall remain in full force and effect until the Contractor has fully rendered the services required by the Contract Documents or the Contract has been otherwise terminated by the City. However, some provisions may survive the term of the Contract, as stated in those provisions. City may terminate this Contract at any time, at will, for any reason or no reason, after giving written notice to Contractor at least ten (10) calendar days before the termination is to be effective. If City defaults under this Agreement, and if City has not cured the default within thirty (30) calendar days after Contractor has given City notice of the event of default. Contractor may terminate this Contract for cause after giving written notice to City at least thirty (30) calendar days before the termination is to be effective. Contractor shall cease all work under this Contract on or before the effective date of termination specified in the notice of termination. Contractor shall be paid for services satisfactorily rendered to the last working day this Contract is in effect and Contractor shall deliver all materials, reports, documents, notes or other written materials compiled through the last working day this Contract is in effect. In no event shall Contractor be entitled to receive more than the maximum compensation set forth in this Contract that would be paid to the Contractor for the full performance of the services required by this Contract. Neither party shall have any other claim against the other party by reason of such termination. In the event the City terminates the Contract, Contractor shall be reimbursed for all unavoidable and unmitigable costs resulting from such termination, in addition to the compensation for all work completed up until the effective date of the termination of the Contract. 8. PERMITS AND LICENSES. Before starting any construction work, the Contractor will be required to obtain all necessary permits, licenses or certificates from the City and shall maintain such permits, licenses and certificates required to complete the Work Page 5 Agreement No. 7417 until the Project Completion Date. Contractor shall bear all costs for fees for all agencies except for the City's permit fees. 9. COOPERATION AND COLLATERAL WORK. The Contractor shall be responsible for coordinating all Work with the City's Street sweeping, trash pick-up, and street maintenance contractors, emergency services departments, utility company crews, and others when necessary. Payment for conforming to these requirements shall be included in other items of Work, and no additional payment shall be made thereof. 10. EXTRA WORK. New and unforeseen work will be classified as Extra Work only when the Work is not covered and cannot be paid for under any of the various items or combination of items for which a Bid price appears on the Bid. The Contractor shall not do any Extra Work except upon written order from the City Manager. 11. ASSIGNMENT. Any purported assignment without written consent of the City shall be null, void, and of no effect, and the Contractor shall hold harmless, defend and indemnify the City and its officers, officials, employees, agents and representatives with respect to any claim, demand, or action arising from or relating to any unauthorized assignment. If the city opts to consent to assignment, the City's consent shall be contingent upon: (1) a letter from the Surety agreeing to the assignment and assigning all of the Bonds to the assignee without any reduction, or the assignee supplying all new Bonds in the amounts originally required under the Contract Documents; and (2) the assignee supplying all of the required insurance in the amounts required in the Contract Documents. Until the Surety assigns all of the Bonds or the assignee supplies all of the new Bonds, and until the assignee supplies all of the required insurance, an assignment otherwise consented to in writing by the City shall not be effective. Even if the City consents to assignment, no assignment shall relieve the Contractor from liability under the Contract. 12. INSPECTION. The Contractor shall arrange and pay for all off -site inspection of the Work required by any ordinance or governing authorities. The Contractor shall also arrange and pay for other inspections, including tests in connection therewith, as may be assigned or required. 13. WORKSITE MAINTENANCE. A. General. Clean-up shall be done as Work progresses at the end of each day and thoroughly before weekends. The Contractor shall not allow the Work site to become littered with trash and waste material but shall maintain the same in a neat and orderly condition throughout the construction operation. Materials which need to be disposed shall not be stored at the Work site but shall be removed by the end of each working day. If the job site is not cleaned to the satisfaction of the City Manager, the cleaning will be done or contracted by the City and shall be back -charged to the Contractor and deducted from the Contract Sum. Page 6 Agreement No. 7417 The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, debris, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complied with the foregoing requirements for final clean-up of the Work site. B. Storage of Equipment and Materials. The Contractor shall make arrangements for storing its equipment and materials. The Contractor shall make its own arrangements for any necessary off -site storage or shop areas necessary for the proper execution of the Work. Approved areas within Work site may be used for temporary storage; however, the Contractor shall be responsible for obtaining any necessary permits from the City. Construction materials and equipment shall not be stored in streets, roads, or highways unless otherwise approved by the City Manager. C, All costs associated with the clean-up and storage required to complete the Work shall be the sole responsibility of the Contractor. 14. WARRANTY. For purposes of the calculation of the start of the warranty period, the Work shall be deemed completed upon the date of the Notice of Completion. If that direction is contingent on the completion of any items remaining on a punch list, the Work shall be deemed to be completed upon the date of the City Manager's acceptance of the final item(s) on the punch list. The Contractor shall repair or replace defective materials and workmanship at its own expense. Additionally, the Contractor agrees to defend, indemnify, and hold harmless the City from claims or any kind arising from damage, injury, or death due to such defects. The parties agree that no certificates given shall be conclusive evidence of the faithful performance of the Contract, either in whole or in part, and that no payment shall be construed to be in acceptance of any defective Work or improper materials. Further, the certificate or final payment shall not terminate the Contractor's obligations under the warranty herein. 15. CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the final acceptance of the Work by the City, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part of the Work by the action of the elements, criminal acts, or any other cause. The Contractor shall rebuild, repair, restore and make good all injuries or damages to any portion of the Work occasioned by any cause before its completion and acceptance and shall bear the expense thereof, except for such injuries or damages arising from the sole negligence or willful misconduct of the City, its officers, agents or employees. In the case of suspension of Work from any cause whatsoever, the Contractor shall be responsible for all materials and the protection of Work already completed, shall properly store and protect them if necessary, and shall provide suitable drainage and erect temporary structures where necessary. The Contractor is prohibited from performing work with a subcontractor who is debarred pursuant to Labor Code §§ 1777.1 or 1777.7. 16. DISPUTES. Disputes arising from this contract will be determined in accordance with the Contract Documents and Public Contracts Code §§ 10240-10240.13. Page 7 Agreement No. 7417 17. THIRD PARTY CLAIMS. In accordance with Public Contracts Code § 9201, the City will promptly inform the Contractor regarding third -party claims against the Contractor, but in no event later than 10 business days after the City receives such claims. Such notification will be in writing and forwarded in accordance with the "Notice" section of the Contract Documents. As more specifically detailed in the Contract Documents, the Contractor agrees to indemnify and defend the City against any third- party claim. 18. TAXPAYER IDENTIFICATION NUMBER. The Contractor will provide the City with a Taxpayer Identification Number. 19. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by the Contractor under the Contract Documents are the City's property. The Contractor may retain copies of said documents and materials as desired, but will deliver all original materials to the City upon the City's written notice. 20. INDEMNIFICATION. To the maximum extent permitted by law, the Contractor hereby agrees at its sole cost and expense, to defend, protect, indemnify, and hold harmless the City, its elected and appointed officials, officers, employees, volunteers, attorneys, agents (including those City agents serving as independent contractors in the role of City representative), successors, and assignees (collectively "Indemnitees") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, charges, obligations, damages, causes of action, proceedings, suits, losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses of every kind and nature whatsoever, in any manner arising out of, incident to, related to, in connection with or resulting from any act, failure to act, error or omission of the Contractor or any of its officers, agents, attorneys, employees, subcontractors, material supplies or any of their officers, agents or employees and/or arising out of, incident to, related to, in connection with or resulting from any term, provision, image, plan, covenant, or condition in the Contract Documents, including, without limitation, the payment of all consequential damages, attorneys' fees, experts' fees, and other related costs and expenses (individually a "Claim", or collectively, "Claims"). The Contractor shall promptly pay and satisfy any judgment, award or decree that may be rendered against any of the Indemnitees as to any such Claim. The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. The Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any, received by the Contractor or Indemnitees. This indemnity shall apply to all claims regardless of whether any insurance policies are applicable or whether the Claim was caused in part or contributed to by an Indemnitee. Nonwaiver of lights. Indemnitees do not and shall not waive any rights that they may possess against the Contractor because the acceptance by the City or the deposit with the city of any insurance policy or certificate required pursuant to these Contract Documents. This indemnity provision is effective regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees and shall operate to fully Page 8 Agreement No. 7417 indemnify Indemnitees against any such negligence. Waiver of Right of Subro ation. The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all rights of subrogation and contribution against the Indemnitees, while acting within the scope of their duties, from all Claims arising out of or incident to the activities or operations performed by or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or passive negligence by Indemnitees. Survival. The provisions of this Section 20 shall survive the term and termination of the Contract, are intended to be as broad and inclusive as is permitted by the law of the State, and are in addition to any other rights or remedies that Indemnitees may have under the law. Payment is not required as a condition precedent to an Indemnitee's right to recover under this indemnity provision, and an entry of judgment against the Contractor shall be conclusive in favor of the Indemnitee's right to recover under this indemnity provision. 21. NONDISCRIMINATORY EMPLOYMENT. The Contractor shall not unlawfully discriminate against any individual based on race, religion, creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender identity, gender expression, age, sexual orientation, or military and veteran status. The Contractor understands and agrees that it is bound by and will comply with the nondiscrimination mandates of all statutes and local ordinances and regulations. 22. PREVAILING WAGES. In accordance with Labor Code § 1770 et seq., the Project is a "public work" to which prevailing wages apply. The Contractor and any Subcontractors shall pay wages in accordance with the determination of the Director of the Department of Industrial Relations ("DIR") regarding the prevailing wage rate of per diem wages. The Contractor shall post a copy of the DIR's determination of the prevailing rate of per diem wages at each job site. The project is subject to compliance monitoring and enforcement by the DIR. 23. INDEPENDENT CONTRACTOR. The City and the Contractor agree that the Contractor will act as an independent contractor and will have control of all work and the manner in which it is performed. The Contractor will be free to contract for similar service to be performed for other employers while under contract with the City. The Contractor is not an agent or employee of the City and is not entitled to participate in any pension plan, insurance, bonus or similar benefits the City provides for its employees. Any provision in this Contract that may appear to give the City the right to direct the Contractor as to the details of doing the work or to exercise a measure of control over the work means that the Contractor will follow the direction of the City as to end results of the work only. 24. CONFLICTS OF INTEREST. Contractor and its employees, associates and subcontractors, if any, shall comply with all California conflict of interest statutes applicable to Contractor's Work under this Contract, including, but not limited to the Political Reform Act (Gov. Code § 81000 et seq.) and Government Code § 1090. Page 9 Agreement No. 7417 25. AUDIT OF RECORDS. The Contractor will maintain full and accurate records with respect to all services and matters covered under this Contract. The City will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. The Contractor will retain such financial and program service records for at least three years after termination or final payment under the Contract Documents. 26. NON -WAIVER OF TERMS, RIGHTS AND REMEDIES. Waiver by either party of any one or more of the conditions of performance under the Contract Documents shall not be a waiver of any other condition of performance under the Contract Documents. In no event shall the making by the City of any payment to the Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default that may then exist on the part of the Contractor, and the making of any such payment by the City shall in no way impair or prejudice any right or remedy available to the City with regard to such breach or default. 27. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: To Contractor: Attn: George Mantikas South Coast Painting Inc. 28364 S.Western Avenue Suite#465 Rancho Palos Verdes, Ca 90275 Phone: (310) 938-0368 Email: sc painters@sbcglobal.net To City: Attn: Jorge Prado City Of El Segundo 350 Main Street El Segundo, Ca 90245 Phone: (310) 524-2713 Email: jprado@elsegundo.org Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States Mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. 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. 28. NO THIRD PARTY BENEFICIARY. This Contract and every provision herein is for the exclusive benefit of the Contractor and the City and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of the Contractor's or the City's obligations under this Contract. 29. INTERPRETATION. This Contract 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 Contract will be in Los Angeles County. Page 10 Agreement No. 7417 30. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between any provision of the Contract Documents, precedence will be as determined in the Standard Specifications. 31. SEVERABILITY. If any portion of the Contract Documents are 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 Contract will continue in full force and effect. 32. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Contract and to engage in the actions described herein. This Contract may be modified by written amendment. The City's city manager, or designee, may execute any such amendment on the City's behalf. 33. ENTIRE AGREEMENT. This Contract, including the Contract Documents and any other documents incorporated herein by specific reference, represents the entire and integrated agreement between City and Contractor. This Contract supersedes all prior oral or written negotiations, representations or agreements. This Contract may not be modified or amended, not any provisions or breach waived, except in a writing signed by both parties that expressly refers to this Contract. 34. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Contract may be executed by the Parties on any number of separate counterparts, and all such counterparts so 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 Code §16.5, the Parties agree that this Contract, agreements ancillary to this Contract, and related documents to be entered into in connection with this Contract 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. Contractor warrants that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind Contractor accordingly. 35. COVENANTS AND CONDITIONS. The parties agree that all of the provisions hereof will be construed as both covenants and conditions, the same as if the words importing such covenants and conditions had been used in each separate paragraph. 36. CAPTIONS. The captions of the paragraphs of this Contract are for convenience of reference only and will not affect the interpretation of this Contract. 37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of the Contract Documents. Page 11 Agreement No. 7417 [Signatures on following page.] Page 12 Agreement No. 7417 IN WITNESS WHEREOF the Parties hereto have executed this contract the date and year first hereinabove written. CITY OF EL SEGUNDO Q2L &=s �) Darrell George, City Manager �w StAatYruax' City Clerk APPROVED AS TO FORM: MARK D. HENSLEY, City Attorney B: Y David ` ing, Assistan Ci Attorney t I' I(,(/�(�i'�� Gl n a 13 SOUTH COAST PAINTING INC. BOBBIE MANTIKAS Name; Title: r S Taxpayer ID No. Contractor State Z?-a?as11i3- License No.: S y1 1�-113G Contractor City Business License No.: Agreement No. 7417 Exhibit A SOUTH COAST PAINTING El Segundo Rate Sheet Supervisor Position: Prevailingwage $85.00 per hour Journeyman Painter: Prevailing wage $70.00 per hour Apprentice Painter: $45.00 per hour Agreement No. 7417 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE FAITHFUL PERFORMANCE BOND LIBRARY PAINTING PROJECT PROJECT NO.: GM 25-19 Bond No. 024281949 Bond Fee: $658.00 SOUTH COAST PAINTING INC. ("PRINCIPAL") and The Ohio CasualInsurance Company a corporation incorporated under the laws of the State of New Hamo' _ and licensed by the State of California to execute bonds and undertakings as sole su "',as , ,as surety ("SURETY"), are held and firmly bound unto the CITY OF EL SEGUNDO ($' ") in the sum of THIRTY TWO THOUSAND, NINE HUNDRED DOLLARS ($32" lawful money of the United States, which maybe increased or decreased by a rider beret ex uted in the same manner as this bond, for the payment of which sum PRINCIPAL and SUR • bind themselves, their successors, and assigns, jointly and severally, by this instrumen PRINCIPAL or SURETY will apply this bond fa ithful performance of any and all of the conditions and stipulations set forth in this bond, SPECIFICATIONS NO. GM 25-19, and the public works contract executed with such Specifications. In the case of any default in the performance of the conditions and stipulations ofthis undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS I. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. GM 25-19, a copy of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. GM 25-19) which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. CITY has estimated the required amount of the bond as shown above. 2. PRINCIPAL's work on the Public Project will be done in accordance with CITY's plans and specifications and with any permit issued by CITY. Should PRINCIPAL fail to complete all required work within the time allowed, CITY may, at its sole discretion, cause all required work to be done and the parties executing the bond will be firmly bound for the payment of all necessary costs therefor. 3. PRINCIPAL will guarantee its work against any defective work, labor, or materials on the Public Project for a period of one (1) year following the Public Project's completion and acceptance by CITY. I-E-1 Agreement No. 7417 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code C ESMC"). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. GM 25-19 or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following two (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appointment, power of attorney, bylaws or other instrument entitling or,pthorizing the persons executing this bond to do so,; B. A certificate issued by th , co my clerk for the county in which �n Nn URETY's representativ is sated conforming with California Code of Civil Procedure �u9 5.640 and stating that TY's certificate of authority has not been surrendered, revolted, cancelled, annulled, or41r en ed, or in the event that it has, that renewed authority hasg anted; and 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-E-2 Agreement No. 7417 SIGNED AND SEALED this 19th day of August 20 25 South Coast Painting,Inc. The Ohio Casuaq Insurance Cocn an PRINCIPAL SURETY' By: By: Bobbie Mantikas - President/Secretary Les M. Mantle - Attorney in Fact, PRINCIPAL's MAILING ADDRESS: SURETY's MAILING ADDRESS: South Coast Painting, c/oLesro� lnn;urance Agency, Inc. 9 CA 1 License No. 079243 3 Saddlehorn Lane 1 4A. Harbor Blvd. #6810 Rolling Gills Estates, CA 90,274 F.,6110on, CA 92835 %1 NOTE: (1) ALL signatures must be acknowledged ; tary. public. Return one (1) original to City Clerk's ('tire. (2) Bond shall be effective for one (1) year after acceptance of the job. I-E-3 Agreement No. 7417 No. 6133.4 STATE OF CALIFORNIA DEP.ARTMXNT OF INSURANCE SAN MMaSCO Amended Certifieate of Authority THIS IS TO CERTIFY, nat pursuant to the Insurance Code of the State of California, The Ohio Casualty Insurance Company ofNew Hampshlre, organized under the lmvs ofNew Hampshire, subject to its flrilales oflncorporation or otherfundamenlalorganizationaldocuments,isherebyaatl" ' edtotrarzractwAUnMState,subjecttoaQ provisions of this Certifrcale, the following classes of is .,„ re:W 11� Fire, Marine, Surely, Plate Glass, Maiifhw, Workers' Compensation,. Common Carrier Liability, 8011e�:Zcejlaneous hxery, Burglary, Credit, Sprinkler, ulorrxolx as such classes are now or may hereafter be defined in the insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and nor in violation ofmuy of the applicable laws and lawful requirements made under authority of the laws ofthe State ofCaGfornia as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended IN MHESS WHEREOF, effective as of the 10 day of Marcie 2013, 1have hereunto set my hand and caused my off cial seal to be affixed this 19s' day of March, 2013. Dave Jones By Valerie L Smfaty for Nettie Hoge arene,M* NCMCEs QUAr1ctiCotUM Whit use SeemMyofStato must bc accompUmd asnquited by din California Caqmaddus Coda pMMPdyattcr Isssmaaeoaf'dtls afAXdiodty. FaR=tDdosowBIbcoviol4ouofhwzm=Codo=tion7GlWvnlbcCm=dsfor revaktag this coacoft orAudwdW parsuatit to the eo aants mad: in the Ayprs doA daa For and the conditions cootalaed h*rc"a. Agreement No. 7417 LABOR AND MATERIALS BOND LIBRARY PAINTING PROJECT PROJECT NO.: GM 25-19 Bond No. 024281949 Bond Fee: Included in Performance Bond SOUTH COAST PA LING INC. _ s as principal ("PRINCIPAL") and The Ohio Casualty Insurance Company , a corporation incorporated under the laws of the State of Ne r Hampshire and licensed by the State of California to execute bonds and undertakings as sole su , as surety C'SURETY"), are held and firmly bound unto the CITY OF EL SE UNDO ("") in the sum of THIRTY TWO THOUSAND,, NINE HUNDRED DOLL ($32,900)td wful money of the United States, ereto which may be increased or decreased by a rider h� in the same manner as this bond, for the payment of which sum PRINCIPAL and. SUI E ,,$ind themselves, their suecessors, and assigns, jointly and severally, by this instrument. This bond is conditioned upon and guarantees ayme t by PRINCIPAL to contractors, subcontractors, and persons renting equipments pay ehr PRINCIPAL and all PRINCIPAL'S subcontractors for all materials, provisions, provender, or other supplies, and equipment used in, upon, for or about the performance of the work contemplated in LIBRARY PAINTING PROJECT, SPECIFICATIONS NO. GM 25-19 ("Public Project"), the public works contract executed for such Public Project, and for all work or labor of any kind performed for the Public Project. In the case of any default in the performance of the conditions and stipulations of this undertaking, it is agreed that PRINCIPAL or SURETY will apply the bond or any portion thereof, to the satisfaction of any damages, reclamation, assessments, penalties, or deficiencies arising by reason of such default. BOND CONDITIONS 1. PRINCIPAL will construct the public improvements identified in SPECIFICATIONS NO. GM 25-19, and the public works contract executed for such Specifications, copies of which is on file with CITY's Engineering Division ("Public Project"). Such performance will be in accordance with CITY's plans and profiles (CITY DRAWING FILE NO. GM 25-19), which are made a part of this bond when said plans and profiles are approved by the City Council and filed with CITY's Engineering Division. 2. PRINCIPAL will pay all contractors, subcontractors, and persons renting equipment. 3. PRINCIPAL will pay for all materials and other supplies, for equipment used in, I-F-1 Agreement No. 7417 on, for or about the performance of the Public Project, and will pay for all work and labor thereon. 4. This bond is conditioned upon and guarantees due compliance with all applicable law including, without limitation, the El Segundo Municipal Code C BSMC' ). 5. SURETY, for value received, agrees that no changes, extensions of time, alteration or modification of SPECIFICATIONS NO. GM 25-19, or of the obligation to be performed will in any way affect its obligation on this bond, and it waives notice of any such change, extension of time, alteration or modification of the contract documents or of the obligation to be performed. 6. This bond consists of this instrument; the plans and specifications identified above; and the following TWO (2) attached exhibits all of which are incorporated herein by reference: A. A certified copy of the appomtme� ' power of attorney, bylaws or other instrument entitling or authorizin' a persons executing this bond to do so; and B. A certificate issued by the couiq,jlerk for the county in which SURETY's representative is located conforming with California Code of Civil Procedure § 995.640 and stating that g"Rd" Y'scertificate of authority has not been surrendered, revoked, canc ulled, or suspended, or in the event that it has, that renewed authority een granted. 7. Should PRINCIPAL perform its obligations within the time allowed, PRINCIPAL's obligation will be void upon the acceptance of the performance by CITY; otherwise this obligation will remain in full force and effect. [SIGNATURES ON FOLLOWING PAGE] I-F-2 Agreement No. 7417 SIGNED AND SEALED this 19th day of August 2025 South Coast Painting, Inc. PRINCIPAL By: Bobbie Mantikas - President/Secretary PRINCIPAL's MAILING ADDRESS: 3 Saddlehorn Lane Rolling Hills Estates, CA 90274 The Ohio Casualty Insurance Company SURETY By: Les M. Mantle - Attorney in Fact SURETY's MAILING ADDRESS: c/o Le ron Insurance Agency, Inc. Ck bb] License No. 0792430 14464'..Harbor Blvd., #610 A 92835 NOTE: (1) ALL signatures must be acknowledg4`­'-­-- by a rotary public. Return one (1) original to City Clerk s O66. (2) Bond shall be effective for one (1) year after acceptance of the job I-F-3 Agreement No. 7417 No. 51334 STATE OF CALIFORMA DEPART RNT OF INSURANCE SAN FRANCISCO Amended Certifieate of Authority THIS IS TO CERTIFY, 21at, pursuant to the Insurance Code of the State of Cdiforniq The Ohio Casualty Insurance Company ofNew Hampshire, organized under the lawvs ofNew Phire, subject to lis.&Ilcles oflncorporation or otherfundarnentalor aniaatxotraldocutnetrts,lsltere �s orizediotransactwidinthirState,subjectioaft provlslons ofthis Cert cat-, the following classes ' ns ranee. T:� Fire, Marine, Surety, Plate Clas=`aebinery, ±^, Workers' Compensation, Common Carrier Liability, poi Burglary, Credit, Sprinkler, Automobile and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California TIRS CERTIFICATE Is expressly conditioned upon the holder hereof now and hereafter being !n full compliance with all, and not in violation of airy, of the applicable laws and lawful requirements made under authority of the laws oftha State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended IN WITNESS WHEREOF, effective as of the 10 day of March, 2013, I have hereunto set my hand and caused my off icial seal to be qffixed this I9"day of March, 2013. Dave Jones tnavaaa ComntW=w By Valerie L Sarfaty for Nettie Hoge chrqftxury NOTICE: Wification wkh the Secretary of state must be aeeomplLshed as required by the California Corporations Code promptly after (ssuanxofthisCertificate ofAnthority. Failure to do sowD1beaviolation ofhmmceCode section 701and van begrounds for revoking this Certificate orAtaority pursuant to the covenants made in the application therefor and the conditions contained herem.