CONTRACT 4808 CLOSEDAgreement No. 4808
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF EL SEGUNDO AND
BEST CONTRACTING SERVICES, INC.
THIS MAINTENANCE AGREEMENT ( "Agreement ") is made and entered into this 18th day of
December, 2014, by and between the CITY OF EL SEGUNDO, a general law city and municipal
corporation ( "CITY ") and BEST CONTRACTING SERVICES, INC., a California Corporation
( "CONTRACTOR ").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES in Exhibit A, attached;
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement;
C. As additional consideration, CITY agrees to pay CONTRACTOR on a lump sum
basis an amount set forth in the attached Exhibit `B," which is incorporated by
reference, for CONTRACTOR's services. CITY will pay such amount promptly,
but not later than thirty (30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from January 1, 2015, to May 31, 2015. The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit A.
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor,
technical, administrative, professional and other personnel, all supplies and
materials, equipment, printing, vehicles, transportation, office space and facilities,
and all tests, testing and analyses, calculation, and all other means whatsoever,
except as herein otherwise expressly specified to be furnished by CITY, necessary
or proper to perform and complete the work and provide the professional services
required of CONTRACTOR by this Agreement.
4. PREVAILING WAGES.
A. Pursuant to Labor Code § 1720, and as specified in 8 California Code of
Page 1 of 8
Agreement No. 4808
Regulations § 16000, CONTRACTOR must pay its workers prevailing wages. It
is CONTRACTOR's responsibility to interpret and implement any prevailing
wage requirements and CONTRACTOR agrees to pay any penalty or civil
damages resulting from a violation of the prevailing wage laws.
B. 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
http: / /www.dir.ca.gov /DLSR/PWD. CONTRACTOR must post a copy of the
prevailing rate of per diem wages at the job site.
C. CITY directs CONTRACTOR's attention to Labor Code §§ 1777.5, 1777.6 and
3098 concerning the employment of apprentices by CONTRACTOR or any
subcontractor.
D. Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing
tradesmen in any apprenticeship occupation to apply to the joint apprenticeship
committee nearest the site of the public works project and which administers the
apprenticeship program in that trade for a certificate of approval. The certificate
must also fix the ratio of apprentices to journeymen that will be used in the
performance of the contract. The ratio of apprentices to journeymen in such cases
will not be less than one to five except:
i. When employment in the area of coverage by the joint apprenticeship
committee has exceeded an average of 15 percent in the 90 days before the
request for certificate, or
ii. When the number of apprentices in training in the area exceeds a ratio of
one to five, or
iii. When the trade can show that it is replacing at least 1/30 of its
membership through apprenticeship training on an annual basis state -wide
or locally, or
iv. When CONTRACTOR provides evidence that CONTRACTOR employs
registered apprentices on all of his contracts on an annual average of not
less than one apprentice to eight journeymen.
V. CONTRACTOR is required to make contributions to funds established for
the administration of apprenticeship programs if CONTRACTOR employs
registered apprentices or journeymen in any apprenticeable trade on such
contracts and if other contractors on the public works site are making such
contributions.
vi. CONTRACTOR and any subcontractor must comply with Labor Code § §
1777.5 and 1777.6 in the employment of apprentices.
Page 2 of 8
Agreement No. 4808
vii. Information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations,
ex- officio the Administrator of Apprenticeship, San Francisco, California,
or from the Division of Apprenticeship Standards and its branch offices.
E. CONTRACTOR and its subcontractors must keep an accurate certified payroll
records showing the name, occupation, and the actual per diem wages paid to each
worker employed in connection with this Agreement. The record will be kept
open at all reasonable hours to the inspection of the body awarding the contract
and to the Division of Labor Law Enforcement. If requested by CITY,
CONTRACTOR must provide copies of the records at its cost.
5. FAMILIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has
i. Thoroughly investigated and considered the scope of services to be
performed;
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Page 3 of 8
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement.
Agreement No. 4808
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an "occurrence," not a "claims made," basis and will
not be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form CA
00 0106 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies
of policies as may be reasonably required by City from time to time. Insurance
must be placed with insurers with a current A.M. Best Company Rating
equivalent to at least a Rating of "AX.U." Certificate(s) must reflect that the
insurer will provide thirty (30) day notice of any cancellation of coverage.
CONTRACTOR will require its insurer to modify such certificates to delete any
exculpatory wording stating that failure of the insurer to mail written notice of
cancellation imposes no obligation, and to delete the word "endeavor" with regard
to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. Except as otherwise provided, CITY may terminate this Agreement at any time
Page 4 of 8
Agreement No. 4808
with or without cause. Notice of termination will be in writing.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
INDEMNIFICATION.
A. CONTRACTOR indemnifies and holds CITY harmless from and against any
claim, action, damages, costs (including, without limitation, reasonable
attorney's fees and penalties), injuries, or liability, arising out of this
Agreement, or its performance including, without limitation, damages or
penalties arising from CONTRACTOR's removal, remediation, response or
other plan concerning any Hazardous Waste resulting in the release of any
hazardous substance into the environment, except for such loss or damage
arising from CITY's sole negligence or willful misconduct. Should CITY be
named in any suit, or should any claim be brought against it by suit or
otherwise, whether the same be groundless or not, arising out of this
Agreement, or its performance, CONTRACTOR will defend CITY (at
CITY's request and with counsel satisfactory to CITY) and will indemnify
CITY for any judgment rendered against it or any sums paid out in
settlement or otherwise.
B. For purposes of this section "CITY" includes CITY's officers, officials,
employees, agents, representatives, and volunteers.
C. CONTRACTOR expressly agrees that this release, waiver, and indemnity
agreement is intended to be as broad and inclusive as is permitted by the law of
the State of California and that if any portion is held invalid, it is agreed that the
balance will, notwithstanding, continue in full legal force and effect.
D. It is expressly understood and agreed that the foregoing provisions will survive
termination of this Agreement.
E. The requirements as to the types and limits of insurance coverage to be
maintained by CONTRACTOR as required by this Agreement, and any approval
of said insurance by CITY, are not intended to and will not in any manner limit or
qualify the liabilities and obligations otherwise assumed by CONTRACTOR
pursuant to this Agreement, including, without limitation, to the provisions
concerning indemnification.
Page 5 of 8
Agreement No. 4808
9. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that
CONTRACTOR will act as an independent contractor and will have control of all work and the
manner in which is it performed. CONTRACTOR will be free to contract for similar service to
be performed for other employers while under contract with CITY. CONTRACTOR is not an
agent or employee of CITY and is not entitled to participate in any pension plan, insurance,
bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that
may appear to give CITY the right to direct CONTRACTOR as to the details of doing the work
or to exercise a measure of control over the work means that CONTRACTOR will follow the
direction of the CITY as to end results of the work only.
10. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail
will be addressed as follows:
The City
Stephanie Katsouleas
Director of Public Works
City of El Segundo
350 Main Street
El Segundo, CA 90245
The Contractor
Moji Tabazadeh
President
Best Contracting Services, Inc.
19027 S. Hamilton Ave.
Gardena, CA 90248
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are
to be given by giving notice in the manner prescribed in this paragraph.
11. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
12. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained
in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
13. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or
against either party.
14. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
Page 6 of 8
Agreement No. 4808
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
15. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience, of
reference only and will not affect the interpretation of this Agreement.
16. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute
waiver of any other provision, nor will such waiver constitute a continuing waiver.
17. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
18. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned
upon approval and ratification by the El Segundo City Council. This Agreement is not binding
upon CITY until executed by the City Manager. The Parties represent and warrant that all
necessary action has been taken by the Parties to authorize the undersigned to execute this
Agreement and to engage in the actions described herein. This Agreement may be modified by
written agreement. CITY's city manager may execute any such amendment on behalf of CITY.
19. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the
same effect as an original signature.
20. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
21. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
22. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will
immediately terminate without obligation of either party to the other.
23. ENTIRE AGREEMENT. This Agreement and its one attachment constitutes the sole
agreement between CONTRACTOR and CITY respecting lead based stabilization. To the extent
that there are additional terms and conditions contained in Exhibit "A" that are not in conflict
with this Agreement, those terms are incorporated as if fully set forth above. There are no other
understandings, terms or other agreements expressed or implied, oral or written.
Page 7 of 8
Agreement No. 4808
IN WITNESS WHEREOF the p�arties hereto have executed this contract the day and year
rust hereinabove written.
AT rEST:
Tracy WsOer,
lci�y Cler
APPROVED Awl T/O/ ) I
MARK D.W � pity Attorney
By:
Karl H. Ber
Assistant C
Insurance Reviewed
Best Contracting Services, Inc.
Moji Tab azadA'-----"
President
/'X9
seanra adeh
Secretary
Taxpayer H) No. 95-3781209
License No.: 456263
Contractor City Business
License No.:
Page 8 of 8
Agreement No. 4808
EXHIBIT A
Agreement No. 4808
PUMP STATION 18 ROOF
EXHIBIT A
SCOPE OF WORK
LOCATION: Pump Station 18 at the east end of 2050 East Hughes Way
ROOF AREA WHERE WORK: WILL OCCUR:
An approximately 100 s.f. section of the SE Corner of the Pump Station 18 roof near
the roof scupper
GENERAL CONDITIONS
1. All mobilization/demobilization, labor, activities, and materials to do the work
and repair the leaking areas will be included as part of the proposal cost.
2. The work is wairantied for one year after repairs are made.
SPECIFIC SCOPE
1. Spud to existing membrane (remove existing asphalt, etc. to existing membrane
and clean existing membrane).
2. Install Torch Applied Smooth & Capsheet at the aforementioned roof section
3. Caulk outside both roof scuppers with one part Urethane Caulking.
4. After completion of Torch Membrane at repaired area, surface repair with
emulsion & gravel.
Agreement No. 4808
EXHIBIT B
01-MUME
Proposal For:
Floriza Rivera
Proposal No:
14 -23461 R2
Company:
City of El Segundo
(Phone:
(310) 524 -2300
Address:
,350 Main Street
Fax:
El Segundo, CA 90245
Project:
Repair of Pump Station
Date:
11/19/2014
Project Address:
2050 es Way
El Segundo, CA 45
SCOPE OF WORK:
1. Spud to existing membrane, then install Torch Applied Smooth & Capsheet at SE Corner near roof
scupper. Approximate area 100 Sq. Ft.
2. Caulk outside of both roof scuppers with one part Urethane Caulking.
3. After completion of Torch Membrane at repaired area, surface repair with emulsion & gravel.
EXCLUSIONS:
Q All other work not specifically stated under Scope of Work above
PRICE:
Furnished and installed including all labor, material and equipment required to complete the scope of work:
$4,048.00
19027 S HA.xm Toc Avc, GARDENIA, CA 902,18 ♦ TEL: (310) 380 -6060 FAX: (310) 328 -9176
Agreement No. 4808
INSURANCE REQUIREMENTS
t
Company Name: Best Contracting Services, Inc.
T= of Insurance Limits
Commercial general liability: $2,000,000
Business automobile liability: $1,000,000
"porkers compensation: Statutory requirement
Commercial general liability insurance must meet or exceed the requirements of ISO -CGL 1Morrn No. CG
00 01 11 85 or 88. The amount of insurance set forth above must be a combined single limit per
occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability
policies must be endorsed to name the City, its official's, 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 the City will be excess thereto, Such endorsement must be reflected on
ISO Form No. CG 20 10 11 85 or 88, or equivalent. 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.
The insurer will agree in writing to waive all rights of subrogation against the City, its officers, officials,
employees and volunteers for losses arising from work performed by the Contractor for the City.
Automobile coverage must be written on ISO Business Auto Coverage Form CA 00 0106 92 or CA 00 01
01 87, including symbol 1 (Any Auto).
The Consultant must furnish to the City duly authenticated Certificates of Insurance evidencing
maintenance of the insurance required under this Agreement, endorsements as required herein, and such
other evidence of insurance or copies of policies as may be reasonably required by the City from time to
time. Insurance must be placed with admitted insurers with a current A.M. Best Company Rating
equivalent to at least a Rating of "A:VII." Certificate(s) must reflect that the insurer will provide thirty
(30) day notice of any cancellation of coverage. The Consultant will require its insurer to modify such
certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of
cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice
provisions.
By signing this form, the bidder certifies that it has read, understands, and will p6mpl with these
insurance requirements if it is selected as the City's consultant Failure to provi this i suranee will
render the bidder's proposal "nonresponsive."
Date � idd ?r's Sign ttoW
Sean Tahazadeh CECI—q"Cretaiy
I -C -15
Agreement No. 4808
7 -2.4 RECORD OF WAGES PAID: INSPECTION
Every Contractor and subcontractor will keep an accurate certified payroll records showing the
name, occupation, and the actual per diem wages paid to each worker employed in connection
with the Work. The record will be kept open at all reasonable hours to the inspection of the body
awarding the contract and to the Division of Labor Law Enforcement. If requested by the City, the
Contractor will provide copies of the records at its cost.
7 -3 LIABILITY INSURANCE
Subsection 7 -3, Liability Insurance, of the SSPWC is deleted in its entirety and replaced by the
following subsections.
7 -3.1 GENERAL
Contractor will procure and maintain for the duration of the contract the following insurance
coverages and limits against claims for injuries to persons or damage to property which may arise
from or in connection with the performance of the work covered by this agreement by the
Contractor, its agents, representatives, employees or subcontractors:
COVERAGE PER OCCURRENCE
Comprehensive General Liability
Business Auto
Workers' Compensation
ISO FORM COMBINED
SINGLE
LIMIT
CO 20 10 11 85 or 88 $2,000,000
CA 00 01 01 87 $1,000,000
Statutory
Contractor will provide endorsements or other proof of coverage for contractual liability.
Combined single limit per occurrence will include coverage for bodily injury, personal injury, and
property damage for each accident.
IfCommercial General Liability insurance or other form with a general aggregate limit is used, the
policy will be endorsed such that the general aggregate limit will apply separately to this contract
and a copy of the endorsement provided to the City.
Liability policies will contain, or be endorsed to contain the following provisions:
GENERAL LIABILITY AND AUTOMOBILE LIABILITY:
The City, its officers, officials, employees, agents, and volunteers will be covered as insureds as
respects: liability arising out of activities performed by or on behalf of the Contractor; products
and completed operations of the Contractor; premises owned, occupied or used by the Contractor;
or automobiles owned, leased, hired or borrowed by the Contractor. The coverage will contain no
special limitations on the scope or protection afforded to the City, its officers, officials, employees,
agents, or volunteers.
The Contractor's insurance coverage will be primary insurance as respects the City, its officers,
officials, employees, agents, and volunteers. Any insurance or self - insurance maintained by the
City, its officers, officials, employees, agents, and volunteers will be excess of the Contractor's
II-B-21
Agreement No. 4808
insurance and will not contribute with it.
The insurer will agree in writing to waive all rights of subrogation against the City, its officers,
officials, employees and volunteers for losses arising from work performed by the Contractor for
the City.
Any failure to comply with reporting provisions of the policies will not affect coverage provided
to the City, its officers, officials, employees, agents and volunteers.
The Contractor's insurance will apply separately to each insured against whom claim is made or
suit is brought, except with respect to the limits of the insurer`s liability.
WORKERS' COMPENSATION:
The insurer will agree to waive all rights of subrogation against the City, its officers, officials,
employees and volunteers for losses arising from work performed by the Contractor for the City.
ALL COVERAGES:
Each insurance policy required by this subsection will be endorsed to state that coverage will not
be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty
(30) days written notice by certified mail, return receipt requested, has been given to:
CITY CLERK
City of El Segundo
350 Main Street
El Segundo, CA 90245
Notwithstanding the foregoing, the endorsement may state that insurance may be cancelled upon
ten (10 day notification for non - payment of premium. The Contractor will provide the City with
updated proof of insurance should the Contract Time extend beyond the policy expiration date.
All liability insurance will be on an occurrence basis. Insurance on a claims made basis will be
rejected. Any deductibles or self - insured retentions will be declared to and approved by City. The
insurer will provide an endorsement to City eliminating such deductibles or self-insured retentions
as respects the City, its officials, employees, agents, and volunteers.
Except for Workers Compensation Insurance, Contractor will furnish to City certificates of
insurance and endorsements on forms acceptable to the City's City Attorney, duly authenticated,
giving evidence ofthe insurance coverages required in this contract and other evidence ofcoverage
or copies of policies as may be reasonably required by City from time to time.
Certificate /endorsement for Workers Compensation Insurance will be furnished on State Comp
Fund or other industry standard form. Except for worker's compensation insurance, all insurance
required herein will be placed with insurers with a Best's Rating of not less than A:VII. Worker's
compensation insurance policies will meet the requirements of California law.
All subcontractors employed on the work referred to in this contract will meet the insurance
requirements set forth for Contractor. Contractor will furnish certificates of insurance and
endorsements for each subcontractor at least five days before the subcontractor entering the job
iT -B -22
Agreement No. 4808
site, or Contractor will furnish City an endorsement including all subcontractors as insureds under
its policies.
Except as provided in Subsection 6 -10, the Contractor will save, keep and hold harmless the City,
its officers, officials, employees, agents and volunteers from all damages, costs or expenses in law
or equity that may at any time arise or be claimed because of damages to property, or personal
injury received by reason of or in the course of performing work, which may be caused by any
willful or negligent act or omission by the Contractor or any of the Contractor's employees, or any
subcontractor. The City will not be liable for any accident, loss or damage to the work before its
completion and acceptance, except as provided in Subsection 6 -10.
The cost of such insurance will be included in the various items ofwork in the Contractor's bid and
no additional compensation for purchasing insurance or additional coverages needed to meetthese
requirements will be allowed.
In the event that any required insurance is reduced in coverage, cancelled for any reason, voided or
suspended, Contractor agrees that City may arrange for insurance coverage as specified, and
Contractor further agrees that administrative and premium costs may be deducted from payments
due to the Contractor. Contractor will not be allowed to work until alternate coverage is arranged.
7 -3.2 RESPONSIBILITY FOR DAMAGE
In addition to the provisions of Subsection 7 -3 ofthe SSPWC as between the City and Contractor,
Contractor will take and assume all responsibility for the work as stated herein or shown on the
plans.
The Contractor will bear all losses and damages directly or indirectly resulting to it, to the City, its
officers, employees, and agents, or to others on account of the performance or character of the
work, unforeseen difficulties, accidents, traffic control, job site maintenance, or any other causes
whatsoever.
The Contractor will assume the defense of and indemnify and save harmless the City of El
Segundo, its officers, employees, and agents, from and against any and all claims, losses, damage,
expenses and liability of every kind, nature, and description, directly or indirectly arising from the
performance ofthe contract or work, regardless of responsibility for negligence, and from any and
all claims, losses, damage, expenses, and liability, howsoever the same may be caused, resulting
directly, or indirectly from the nature of the work covered by the contract, regardless of
responsibility for negligence, to the fullest extent permitted by law. In accordance with Civil Code
§ 2782, nothing in this Subsection 7 -3.2 or in Subsection 7 -3 of the Standard Specifications will
require defense or indemnification for death, bodily injury, injury to property, or any other loss,
damage or expense arising from the sole negligence or willful misconduct of the City, or its
agents, servants or independent contractors who are directly responsible to the City, or for defects
in design furnished by such persons. Moreover, nothing in this Subsection 7 -3.2 or in Subsection
7 -3 will apply to impose on the Contractor, or to relieve the City from, liability for active
negligence of the City.
The City does not, and will not, waive any rights against the Contractor which it may have by
reason ofthe aforesaid hold harmless agreements because ofthe acceptance by the City, or deposit
with City by Contractor, of any insurance policies described in Subsection 7 -3 of the Standard
Specifications. This hold harmless agreement by the Contractor will apply to all damages and
II -B -23