Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
CONTRACT 7486 Service Agreement
Agreement No. 7486 ervices Agreement CONTRACTOR: _McMurray Stem.IT_,_, ,,,,,,,, DATE: 11/25/2025 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. The City reserves the right to increase insurance limits/coverages based upon the scope and type of services. Please find additional terms and conditions, including additional insurance provisions, on the following pages. This is not a purchase order or an authorization to begin work. Comprehensive General Liability: At least $1,000,000 per occurrence. See Section 12 for additional insurance and endorsement requirements. Business Auto Liability: At least: $1,000,000 per occurrence. (If not provided, Seller affirms that it will not use an auto to perform work.) See Section 12 for additional insurance and endorsement requirements. Workers' Compensation Insurance: Statutory requirement with waiver of subro atien. (If not provided, Seller affirms that it has no employees.) ® (business License: Seller must 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. ❑ Copy of v0d gicture I.D. (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 BY THE PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY. Submitted b (complete all blanks): COLOR COPY REQUIRED BACK TO THE CITY Company Name: McMurray Stern By (Print name & tit ): Kenneth DeAngAZ Company Street Address: 15511 Carmenita Road Ven r' utho 1 6, Si xi ur re uir City, State, Zip: Santa Fe Springs, CA 90670 D to signed: 12 0 J V Phone: 562-623-3039 FAX: 562-623-3039 _ ........... Vendor's Email address: rhacker@mcstern.com _ ._ ..... Vendor's Web site: www.mcmurraystern.com Originator/Department Contact: Lt. SistonifPolice Date initiated: Department Head Approval: Insurance Approval: ,. N� CFty ttorney City Manager McMurray Stern Short Services Agreement DB Lockers 11-25-2025 Rev 2/27/25 City Clerk Date Approved: 2/3/ Date Approved: �� Agreement No. 7486 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 maternai„ 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 Setter 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 faits to comply with this order. It 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 I TIME EXTENSION. This Agreement's term will be from 12/03812025_to _3125i2026_ 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. 6,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. insured endorsement confirming CITY has been iven additional insured ...... . &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. 11.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. 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. 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. 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 Seller 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 Seller has no owned autos, Code 0 (hired) and (non -owned), with limits no less than $1,000,000 per accident for bodily injury and property damage must be includedin coverage. The amount of insurance required 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 Seller'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. See below for required endorsement language pertinent to the 'insurance requirements. Seller will furnish valid Certificates of Insurance to City evidencing maintenance of the insurance required under this Agreement, a copy of an additional 19. BACKGROUND CHECK; FINGERPRINTING, ASSOCIATED McMurray Stern Short Services Agreement DB Lockers 11-25-2025 Agreement No. 7486 status under the Seller'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." Insurance endorsements must contain the following language: (i) Additional insured endorsement with this language: "The City of El Segundo, its elected and appointed officials, employees, and volunteers as additional insureds," through ISO Form CG 20 10 1185 or CG 20 10 with CG 20 37; (ii) 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." (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." 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. 16. 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 pay its workers prevailing 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 hftp:lfwww,dir,ca.gov/DLSR/PWO. A copy of the prevailing rate of per diem wages must be posted at the job site. 17.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 18. 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 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. TRAINING. If Seller's work involves contact with minors, before conducting any performance of this Agreement, all Seller's employees, subcontractors, volunteers, or other agents that will perform Seller's work under this Agreement must submit to and pass a background/fingerprint investigation conducted or approved by City. Seller affirms and attests that its employees, subcontractors, volunteers, or other agents that will perform Seller's work under this Agreement 20. 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 Seller accordingly. 21. CONSISTENCY. In interpreting this Agreement and resolving any ambiguities, this Agreement takes precedence over any attached exhibit with conflicting provisions. 22. CONSIDERATION. As consideration, City agrees to pay Seller for Sellers services not to exceed a total of _, 0,000.01 u_for the work, City will pay for work as specified in the attached Exhibit "A," which is incorporated by reference. 23. EXHIBITS. EXHIBIT A — QUOTE ATTACHED AND DATED NOVEMBER 24,2025 / PROJECT# 35801 PRICING BASED ON THE CALIFORNIA MULTIPLE AWARD SCHEDULE (CMAS) CONTRACT 4-24-03-1031. CURRENT LEAD TIME: 13-14 WEEKS 40% DEPOSIT, 40% WITH INSTALLATION, 20% NET 30 DAYS McMurray Stern Short Services Agreement DB Lockers 11-25-2025 Agreement No. 7486 Exhibit R M � M U R R AY Santa 15511 Carmenita Road Fe Springs, CA 90670 STERN Phone: 805-404-3302 Fax: 562.623.3039 Quotation Project# 35801 November 24, 2025 Detective Andrew McEntyre Lt. Michael Sistoni Company El Segundo Police Department Installation El Segundo Police Department Location Address 348 Main Street El Segundo, CA 90245 Details -Locker Room Option Unit Description Total McMurray Stern will deliver and install the following: Men's Locker Room -Option 4 ➢ (6) Spacesaver Freestyle single tier lockers 24" wide x 24" deep x 92" high with external drawer. ➢ The lockers include one electrical duplex, one hanger shelf with an integrated hanger bar, (1) 3 hook bracket, one pull out drawer, and one perforated 1 Lot shelf. ➢ Mesh doors included. ➢ Lock hasp included to accept owner provided padlock. ➢ Sloped tops included on all lockers. ➢ One corner filler included. ➢ One 36" wide x 9.5" deep bench. ➢ All material, prevailing wage labor, freight, and anchoring included. EIE Total $18,005.12 + ....�........_... ......... ........11. $1,755.50 tax Pricing based the California Multiple Award Schedule (CMAS) contract 4-24-03-1031. *An electrician will need to make final connection for the power. Color: To be determined Current Lead-time: 13-14 weeks Terms of Sale: 40% deposit, 40% with installation, 20% Net 30 Days m E �5 E m E m d E o 'oO. IiIP" v c.1 P m° Uo N me m w m L = �A- c m U a_ o❑ 50 N E c m w `—Pam m a _ Q o Z 19 5 ur mUE E css a'sC' s,� t. Eg r c� n c�uim O�c`$�;�� E(ngcc�`o Zac����m 000 Uti" Ea m y�� t u m m rn� c m � Or' 0 0� c ox m no E y �cE� S�*� � �R=cwr r u_rrs o`t ¢S �Er YcSw�— AJIN3A Ol NOSN3dS3-IVS Z" a m IlI n ❑� m U o " � W . 0Ir0 c U > G Q «N Z coLL o //9 y io W ujZ o o 0 o 0 0 0 0 0 v W fh W. is Q fL U-61 ❑ o 0 0 66 o w N O Ul N L C 3 O L N Y y O (6 3 0 L .3 U Z o O ❑ Q \ 2 2 W J Uj � OQ a m W i > 0 N 0 E } a Nz U d Q Q W d io m EO r co N W 4 4„, a pm i O m W O cc i 3 „ 1 Agreement I p6 b486 S a f e t y TM PERSOT,JAL S7 "RA EFre�eStyle O Make it up as you go. S t o r a g e S o I v e d® Agreement No. 7486 EVERYTHING CHANGES: PEOPLE. EQUIPMENT. STORAGE REQUIREMENTS. Here's a locker system that changes just as fast. Start with sizes that fit your space, and configurations that meet your demands. Then include a range of accessories that adapt to your needs. The FreeStyleT" personal storage locker from Spacesaver: the only on -site, end -user reconfigurable locker of its kind. Make it your own — it could be the last locker system you'll ever need. 1-reestl 7M PERSONAL STORAGE LC7CKER Agreement No. 7486 CHANGE BEGINS WITH A FLEXIBLE RANGE OF SIZES AND OPTIONS FreeStyle adapts to your needs, and your space, from the start. Here's a system that's available in a full range of dimensions: with three heights from 72* to 90 inches and five widths from 12 to 36 inches.** FreeStyle is available with an external access drawer or a bench drawer; with single or double, plain or diamond perforated doors; and a broad range of accessories. ' Ask about our ADA compliant locker, ** 2-, 3- and 4-tier lockers available in 12, 18 and 24 inch widths (pictured above). Agreement No. 7486 GET USED TO HAVING OPTIONS: ONE LOCKER OFFERS HUNDREDS OF POSSIBILITIES. TAKE CHARGE All full -height lockers are designed for modular plug -and -play electrical components to bring power to lockers for chargers, shavers, laptops and other devices Add power now or later. Document Holder Door -mounting allows easy access to documents and notebooks. Modular Shelf Available in 12" and 24" heights. Add accessories like the file divider kit to further compartmentalize and customize the locker. Internal Drawers b and 9 inch high drawers offer more custom space, and are available in locking or non -locking configurations. EZ Rail' Element Innovative engineering offers flexible storage of hanging bins, slat wall accessories and weapons storage components ADJUSTABLE ACCESSORIES Unique design allows infinite custom configurations and adjustments. Many options are available, including magnetic mirrors, boot trays and standard peg board designed doors. Lockable Box Kit Use this kit and add a lock to store hand guns and other valuables. Adjustable Shelf Available in standard and heavy duty capacities for storing everything from clothing to ammunition. Support Rail Use with Spacesaver weapons storage components or other specialty storage accessories. Lock Options Solid Maple Bench Lock options include hasp Solid butcher block maple only for pad lock, keyed bench provides durability lock or combination lock. and good looks. Hook Kits Add single hooks to the side of the modular shelf or a double -hook to the bottom for more hanging storage. 3-Hook Bracket Hook bracket can be moved up and down, and from one side of the locker to another. Universal Base Use in conjunction with the EZ Rail or support rail, and with Spacesaver weapons storage components. Interlock System All bench and external access drawers automatically lock and unlock with the door. These drawers feature 200lb. ball bearing slides. Agreement No. 7486 AIR EXTRACTION READY All full -height lockers and accessories include a number of standard features, which naturally promote air circulation through the locker. Add air extraction mechanicals now or later. Visibility/Circulation Diamond ,c-erforat-ed doors offer visibi-IiPy as well as natural air circulrIticn and ventilation, Adjustable Shelf with Integral Garment Hanger Provides clo hin7 eparztion For better drying. • Accessory Spacing: To promote air flow, all accessories are positioned away from the rear locker panel. • Built-in Air Baffle: Adjustable vent enables lockers to be balanced for air circulation after installation„ Louvered Shelf For ventilation and drying — great for body armor Ventilation Rack Louvered Doors Slidina rac!< that and Drawers sir= in bench drawer Louvers help direct for v=nt1131`13n, op,innal air circulation. Agreement No. 7486 all RUGGED, DURABLE STEEL CONSTRUCTION: BUILT STRONG FOR LASTING VALUE. Load the Freestyle locker up with your heaviest suppies and equipment. It can take it. (300lbs. per shelo In a tough world, it takes two things to survive. You have to adapt. And you have to be strong. Adaptability is designed into every aspect of the FreeStyle system. And the strength to endure is there too — in every weld, in every steel component, in every moving part. Take our double -wall welded doors. We call them the industry's strongest doors. You'll call them slam -proof; they're bui It that tough. So tough, they stand up to the weight of our friend, Jeremy, without damage or deflection. Freestyle is tough enough to survive years of aggressive usage, flexible enough to meet the needs of every individual user, adaptable enough to change when your needs change, and cost- effective enough to fit any budget. Learn more about the last locker you'll ever need. Watch the system in action by visiting: www.FreeStyleLockers.com Then talk to your Spacesaver dealer. F'reeS TM t e PERSONAL STORAGE y OCKER Agreement No. 7486 a r- Spacesaver Corporation 1450 Janesville Avenue Fort Atkinson, WI 53538-2798 1-800-492-3434 www.spacesaver.com Spacesaver Corporation is a division of KI. KI is a registered trademark of Krueger International, Inc. Spacesaver is a registered trademark of Spacesaver Corporation. DSM is a division of Spacesaver Corporation. 0 2009 KI and Spacesaver Corporation. All Rights Reserved. Litho in USA. SC-0905 SSC/MRK 12/10 KI 1330 Bellevue Street P.O. Box 8100 Green Bay, WI 54302-8100 1-800-424-2432 www.ki.com SMOOTH & TEXTURED POWDER COAT PAINT FINISHES This is a supplemental color chart of the standard color offerings in both smooth and textured finishes available across all product lines.. For a complete offer- ing of all colors please contact your Spacesaver Sales Representative to refer you to our Product Chart with standard, custom and metallic color offerings. Cottonwood Furniture White Tan CO (204) FW (15) TN (1) Designer Grey Blue Grey Forest Greent DG (2) BG (25) FG (84) Not Available in Textured on Mobile Product Line. A COMMITMENT TO QUALITY POWDER COAT PAINT FINISHES Available in both smooth and textured finishes. Not all colors and finishes available across all product lines see notes below colors swatches and recommended finishes below. All components go through a multistage surface preparation prior to being coated; this process enhances topcoat bonding. The topcoat is a furniture -quality, epoxy -polyester hybrid Powder Coat Finish that meets or exceeds specifications set forth by the American Library Association. Our electrostatically -applied, thermoset Powder Coat Paint System provides a durable hard finish with superior performance qualities.. • Excellent abrasion, impact, corrosion, stain, yellowing and chemical resistance, • Exceptional adhesion with uniform film thickness and elimination of runs and sags associated with wet systems. • A higher edge coating film thickness which virtually eliminates any sharp metal edges. • Optional antimicrobial powder coat finish is available on all normally powder coated products. Antimicrobial powder coat contains a time -released germicide that is 99.9994% effective in controlling the growth of bacteria, mold, and mildew on the surface. A COMMITMENT TO THE ENVIRONMENT Our system is environmentally safe without any volatile or fugitive (stray) emissions in the finished product. Additionally, during the manufacturing process, we produce no volatile emissions or hazardous waste. Frost FIR (6) Black BL (7) A COMMITMENT TO OUR CUSTOMERS With the goal of bringing you the best local sales aalrl service in the industry, oui° distribution network is composed of independently owned and operated 6st:ributors in rnajor cites throughotA North Ame6ca. The Spacesaver Group's local sales consultants, factory -certified technicians, and expert support staff all work together to provide an excellent customer experience during the design process and long after the sale. The engineers, project managers, and other professionals at our Wisconsin headquarters collaborate with our distribution partners every day to bring you new product innovations, efficient manufacturing processes, and superior customer support. We live up to our commitments and have the references to prove it. You can rely on The Spacesaver Group Slight variations occur in texture, color, grain configurations and finish acceptance of materials used. Therefore, finished pieces may vary in tone or character from images shown on this page. Please order a sample from your Spacesaver sales representative for a more accurate representation of the finished piece. Spacesaver Corporation 1450 Janesville Avenue Fort Atkinson, WI 53538-2798 800.492.3434 www.spacesaver.com ® � � �® ©2022 Spacesaver Corporation. Spacesaver is a subsidiary of KI. All Rights Reserved. SpaLitho in USA. SSC/DEL ProductColorChart_1222_info